UK-Leatherhead: Refurbishment work.

UK-Leatherhead: Refurbishment work.
Section I: Contracting Authority
I.1) Name and addresses
Wates Construction Ltd
Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
Tel. +44 137861000, Email: nep.supplychain@wates.co.uk
Contact: Daniel Harvey
Main Address: http://www.wates.co.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leatherhead:-Refurbishment-work./9AQK5887MN
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Main Contractor
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Houses of Parliament - Northern Estate Programme
Reference Number: Not provided
II.1.2) Main CPV Code:
45453100 - Refurbishment work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: Wates are working with the Houses of Parliament to refurbish a number of grade 1 and 2 listed buildings on the Northern Estate of Parliament in London.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: Wates have been appointed framework contractor to deliver the refurbishment of a number of properties in Parliament's Northern Estate.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Price / Weighting: 40

Price - Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9AQK5887MN.

Please note as this is a DPS opportunity Mini Competitions will take place throughout the lifecycle of the DPS. In addition, the period of work start date is not after the DPS closing in 2022. We envisage the mini competitions to begin at the end of February 2019.


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/12/2022
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://nep.delta-esourcing.com/tenders/UK-UK-Leatherhead:-Refurbishment-work./9AQK5887MN

To respond to this opportunity, please click here:
https://nep.delta-esourcing.com/respond/9AQK5887MN
VI.4) Procedures for review
VI.4.1) Review body:
Wates Construction Ltd
Wates House, Station Approach, Leatherhead, KT22 7SW, United Kingdom
Email: nep.supplychain@wates.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/07/2019

Annex A