Braintree District Council : Manor Street Regeneration

  Braintree District Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Manor Street Regeneration
Notice type: Contract Notice
Authority: Braintree District Council
Nature of contract: Works
Procedure: Negotiated
Short Description: Braintree District Council is looking to appoint a contractor to undertake the redevelopment of the Manor Street site, located in the south-eastern corner of Braintree town centre (CM7 3HW). For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Urban-development-construction-work./T89K7984C8 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/T89K7984C8
Published: 07/08/2018 11:28
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Braintree: Urban development construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Braintree District Council
             Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
             Tel. +44 1376551414, Email: will.baxter@braintree.gov.uk
             Contact: Mr Will Baxter
             Main Address: https://www.braintree.gov.uk/, Address of the buyer profile: http://braintree.g2b.info/index.htm
             NUTS Code: UKH3
      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: http://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Urban-development-construction-work./T89K7984C8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/T89K7984C8 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Manor Street Regeneration       
      Reference Number: PROC18-0101
      II.1.2) Main CPV Code:
      45211360 - Urban development construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Braintree District Council is looking to appoint a contractor to undertake the redevelopment of the Manor Street site, located in the south-eastern corner of Braintree town centre (CM7 3HW).

For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Urban-development-construction-work./T89K7984C8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T89K7984C8       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45211360 - Urban development construction work.
      45211350 - Multi-functional buildings construction work.
      45212411 - Hotel construction work.
      45212420 - Construction work for restaurants and similar facilities.
      45213311 - Bus station construction work.
      45213312 - Car park building construction work.
      45215100 - Construction work for buildings relating to health.
      45215214 - Residential homes construction work.
      45213112 - Shop units construction work.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Braintree District Council is looking to appoint a contractor to undertake the detailed design and construction for the redevelopment of the Manor Street site, located in the south-eastern corner of Braintree town centre (CM7 3HW). The contract will let under a JCT Design and Build 2016 contract.

The contract consists of the demolition of existing toilet block and adjacent vacant building to provide for the development of 31no. residential units (C3 Use), comprising 2 blocks (located to the east and west) up to 4 storeys in height containing a mix of one, two and three bedroom apartments; and the conversion and extension of the existing drill hall building (4no. units), containing a mix of one and two bedroom apartments (C3 Use). Provision of a Live Well Hub (D1 Use) at first floor level, Hotel (C1 Use) within the southern block and 3no. ground floor level units including retail (A1 / A2 / A3 Uses) and commercial uses (B1 and D1 Uses). Replacement bus station facility, car parking, amenity space, public open space, landscaping and associated works.

The scheme was submitted for planning on 19 July 2018 with a decision expected on 23 October 2018 (Planning Ref: 18/01337/FUL).
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      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:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As specified in the PQQ documentation.
      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: Not provided       


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:          
      Details are set out in the prequalification documents available via the link contained in section l.3.    
      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       
      None special. See tender documents.          
      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: Yes    

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: Yes       
   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: 07/09/2018 Time: 15:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/11/2018       
      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:
         Duration in month(s): 3
      
      

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 contract cannot be awarded without prior negotiation because of specific circumstances related to the nature, the complexity or the legal and financial make-up or because of risk attaching to them. In particular, Braintree District Council may wish to enter into negotiation with candidates regarding issues around the level and type of fit out for the proposed Live Well Hub.

Braintree District Council reserves the right to cancel, delay or suspend the procurement process at any time without liability.

Braintree District Council will not be liable for any bid costs, expenditure, work or effort incurred by a candidate in proceeding with or participating in this procurement, including if the procurement process is terminated or amended by the Council.

Braintree District Council reserves the right to award a contract on the basis of the initial tenders without negotiation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-Urban-development-construction-work./T89K7984C8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T89K7984C8
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court
       Strand, London, WC2A 2LL, United Kingdom
   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:
          Crown Commercial Service
       The Cabinet Office, 70 Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 07/08/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Braintree: Urban development construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Braintree District Council
       Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
       Tel. +44 1376551414, Email: will.baxter@braintree.gov.uk
       Contact: Mr Will Baxter
       Main Address: https://www.braintree.gov.uk/, Address of the buyer profile: http://braintree.g2b.info/index.htm
       NUTS Code: UKH3

   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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Manor Street Regeneration            
      Reference number: PROC18-0101

      II.1.2) Main CPV code:
         45211360 - Urban development construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Main contractor to undertake the redevelopment of the Manor Street site, located in the south-eastern corner of Braintree town centre (CM7 3HW).

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 25,719,870.94
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45211360 - Urban development construction work.
            45211350 - Multi-functional buildings construction work.
            45212411 - Hotel construction work.
            45212420 - Construction work for restaurants and similar facilities.
            45213311 - Bus station construction work.
            45213312 - Car park building construction work.
            45215100 - Construction work for buildings relating to health.
            45215214 - Residential homes construction work.
            45213112 - Shop units construction work.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: Main contractor to undertake the detailed design and construction for the redevelopment of the Manor Street site, located in the south-eastern corner of Braintree town centre (CM7 3HW). The contract will let under a JCT Design and Build 2016 contract.

The contract consists of the demolition of existing toilet block and adjacent vacant building to provide for the development of 31no. residential units (C3 Use), comprising 2 blocks (located to the east and west) up to 4 storeys in height containing a mix of one, two and three bedroom apartments; and the conversion and extension of the existing drill hall building (4no. units), containing a mix of one and two bedroom apartments (C3 Use). Provision of a Live Well Hub (D1 Use) at first floor level, Hotel (C1 Use) within the southern block and 3no. ground floor level units including retail (A1 / A2 / A3 Uses) and commercial uses (B1 and D1 Uses). Replacement bus station facility, car parking, amenity space, public open space, landscaping and associated works.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Technical / Weighting: 35
      Quality criterion - Name: Social Value / Weighting: 5
      Quality criterion - Name: Commercial / Weighting: 60
                  
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 152-348196
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/10/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kier Construction Limited
             Tempsford Hall, Sandy, Bedfordshire, SG19 2BD, United Kingdom
             Tel. +44 1767355000, Email: contact.us@kier.co.uk
             Internet address: www.kier.co.uk
             NUTS Code: UKH2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 25,719,870.94
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=443033046

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

   VI.5) Date of dispatch of this notice: 30/10/2019