Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Construction of Pupil Support Services Building at Olive ap Academy, Tilbury |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Thurrock Council is seeking to appoint a contractor for the construction of a new single-storey school building of approximately 1650 square metres (gross external), with associated hard and soft external areas. Budget provision has made within the Council’s capital programme. Full planning permission has already been obtained and the site cleared. The successful contractor shall identify and effect a cost effective solution for the foundations for the new building the works shall include substantial fitting-out. The form of contract shall be JCT Standard Building Contract With Quantities 2011. |
Published: | 01/07/2015 11:51 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk, URL: www.thurrock.gov.uk/business
Attn: Procurement Services
Electronic Access URL: www.delta-esourcing.com/respond/58S292VP23
Electronic Submission URL: www.delta-esourcing.com/respond/58S292VP23
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Construction of Pupil Support Services Building at Olive ap Academy, Tilbury
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKH32 - Thurrock
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Building construction work. Construction work for buildings relating to education and research. Construction work for school buildings. Thurrock Council is seeking to appoint a contractor for the construction of a new single-storey school building of approximately 1650 square metres (gross external), with associated hard and soft external areas. Budget provision has made within the Council’s capital programme. Full planning permission has already been obtained and the site cleared. The successful contractor shall identify and effect a cost effective solution for the foundations for the new building the works shall include substantial fitting-out.
The form of contract shall be JCT Standard Building Contract With Quantities 2011.
II.1.6)Common Procurement Vocabulary:
45210000 - Building construction work.
45214000 - Construction work for buildings relating to education and research.
45214200 - Construction work for school buildings.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The site is located in Tilbury, Essex.
Start on site is anticipated in November 2015 with completion in November 2016.
Estimated value excluding VAT: 3,500,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 13 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Please refer to Pre-Qualification Questionnaire.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Please refer to Pre-Qualification Questionnaire.
Minimum Level(s) of standards possibly required:
Please refer to Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Please refer to Pre-Qualification Questionnaire.
Minimum Level(s) of standards possibly required:
Please refer to Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 5
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PS/2015/010
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 31/07/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 14/08/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: Pre-Qualification Questionnaires (PQQs) must be submitted by the deadline stated within Section IV.3.4 of this Notice which is 12.00 noon on Friday 31st July 2015.
---------------------------------------------------------
This is a 2-stage Restricted Tender Process and Thurrock Council is only requesting PQQs at this stage. FOR INFORMATION PURPOSES ONLY, a draft copy of the ITT / specification documents can be found at: https://www.thurrock.gov.uk/contract-opportunities-with-other-organisations/new-contract-opportunities. Please note that as these ITT / specification documents are provided for information only at this stage they be subject to amendment. Applicants must not download and submit any of these documents with their PQQ submission.
---------------------------------------------------------
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, and the contract will be awarded on the basis of the most economically advantageous tender.
---------------------------------------------------------
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being ofthe area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described inthe Invitation To Tender and are reflected in environmental and social characteristics in the evaluation criteria forthe award of the contract.
---------------------------------------------------------
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Building-construction-work./58S292VP23
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/58S292VP23
GO-201571-PRO-6742438 TKR-201571-PRO-6742437
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Thurrock Council
New Road, Grays, RM17 6SL, United Kingdom
Tel. +44 1375652207
VI.4.2)Lodging of appeals: Thurrock Council shall incorporate a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 01/07/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Thurrock Council
Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
Main Address: https://www.thurrock.gov.uk, Address of the buyer profile: https://www.thurrock.gov.uk/business
NUTS Code: UKH32
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: Construction of Pupil Support Services Building at Olive ap Academy, Tilbury
Reference number: Not Provided
II.1.2) Main CPV code:
45210000 - Building construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Thurrock Council is seeking to appoint a contractor for the construction of a new single-storey school building of approximately 1650 square metres (gross external), with associated hard and soft external areas. Budget provision has made within the Council’s capital programme. Full planning permission has already been obtained and the site cleared. The successful contractor shall identify and effect a cost effective solution for the foundations for the new building the works shall include substantial fitting-out.
The form of contract shall be JCT Standard Building Contract With Quantities 2011.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,848,221
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45210000 - Building construction work.
45214000 - Construction work for buildings relating to education and research.
45214200 - Construction work for school buildings.
II.2.3) Place of performance
Nuts code:
UKH32 - Thurrock
Main site or place of performance:
Thurrock
II.2.4) Description of the procurement: Construction of Pupil Support Services Building at Olive ap Academy, Tilbury, Essex.
II.2.5) Award criteria:
Quality criterion - Name: Method Statement / Weighting: 9%
Quality criterion - Name: Critical Path / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Added value / Weighting: 6%
Quality criterion - Name: Status Reports / Weighting: 4%
Quality criterion - Name: Health & safety / Weighting: 4%
Quality criterion - Name: Supply Chain Management / Weighting: 3%
Price - 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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
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: 04/12/2015
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Borras Construction Ltd.
1 Salar House, Campfield Road, St. Albans, AL1 5HT, United Kingdom
Tel. +44 1727850633
Internet address: http://www.borrasconstruction.co.uk
NUTS Code: UKH23
The contractor is an SME: Yes
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: 3,848,221
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: PLEASE NOTE THIS CONTRACT HAS BEEN AWARDED.
------------------------------------------------------------------------------
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, and the contract will be awarded on the basis of the most economically advantageous tender.
----------------------------------------------------------------------------------
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being ofthe area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described inthe Invitation To Tender and are reflected in environmental and social characteristics in the evaluation criteria forthe award of the contract.
-----------------------------------------------------------------------------------
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198338430
VI.4) Procedures for review
VI.4.1) Review body
Thurrock Council
New Road, Grays, RM17 6SL, United Kingdom
Tel. +44 1375652207
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Thurrock Council shall incorporate a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 11/04/2016