Colchester Borough Council: Design & Build at 72-86 Military Road

  Colchester Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Design & Build at 72-86 Military Road
Notice type: Contract Notice
Authority: Colchester Borough Council
Nature of contract: Works
Procedure: Restricted
Short Description: Colchester City Council (the Council) wishes to commission an experienced professionally qualified Design and Build Contractor to provide Design and Build Services from RIBA Stage 2 to Stage 7 for 72-86 Military Road, Colchester, Essex, CO1 2AN. Full details of the requirements of this opportunity can be found in the associated tender documents.
Published: 28/11/2024 16:55
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-Colchester: Building construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Colchester City Council
             Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
             Tel. +44 7976794358, Email: procurement@colchester.gov.uk
             Contact: Matt Howe
             Main Address: www.colchester.gov.uk
             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: https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Building-construction-work./P2JCM24NH8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Building-construction-work./P2JCM24NH8 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: Design & Build at 72-86 Military Road       
      Reference Number: 0415
      II.1.2) Main CPV Code:
      45210000 - Building construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Colchester City Council (the Council) wishes to commission an experienced professionally qualified Design and Build Contractor to provide Design and Build Services from RIBA Stage 2 to Stage 7 for 72-86 Military Road, Colchester, Essex, CO1 2AN.

Full details of the requirements of this opportunity can be found in the associated tender documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 7,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Design and Build Contractors are invited to submit a concept design for the proposed affordable housing development within the ex-looker’s car showroom plot, 72- 86 Military Road.

The concept that is currently preferred by the client is to maximise the provision of family homes where there is the greatest waiting time in the area. Whilst still delivering a financially viable site.

The new development will need to:
1.Satisfy the objectives set out above
2.Provide a cost-effective solution
3.Connect to existing residential areas
4.Create communal areas that enhance the surrounding site, potentially linking to the existing allotments or reallocating this provision within the site
5.Be of scale, form, materials and aesthetics that are sympathetic to the surrounding area

The client’s maximum target budget for the project is £7.5m, to include all items set out below. This is contingent upon achieving a viable development that optimises the number of dwellings on the site. Whilst the costs will be scored separately from the qualitive responses; the budget will be assessed based on the assumption that the proposals achieve the objectives set above, in line with the Employers Requirements. Any derogations to this must be included as part of the submission or the tender will be excluded. Bidder’s cost should be inclusive of:

•Design fees including statutory fees (Planning, Building Regulations, etc.) and temporary works.
•LABC Warranty certification
•Any additional survey costs.
•Construction costs and any project fees, including making good site boundary walls where required.
•Contractor’s risks
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Concept Design / Weighting: 13.5
            Quality criterion - Name: Programme / Weighting: 9
            Quality criterion - Name: Resources / Weighting: 9
            Quality criterion - Name: Key Risks / Weighting: 4.5
            Quality criterion - Name: Preconstruction and Construction Method Statements / Weighting: 6.75
            Quality criterion - Name: Environmental Sustainability and Carbon Reduction / Weighting: 2.25
            Quality criterion - Name: Social Value / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 45
                              
      II.2.6) Estimated value:
      Value excluding VAT: 7,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 29/05/2025 / End: 03/06/2027       
      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: The closing date for submitting the Selection Questionnaire (SQ) is Thursday 9th 2025. The SQ's will be evaluated and the top 5 ranked bidders will be invited to the tender stage. The tender will be issued 21st January 2025, with a return date of 20th March 2025 (anticipated dates). A site visit will be arranged for shortlisted suppliers during the tender stage, date to be confirmed.       


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 - NO    
         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: 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: 09/01/2025 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/01/2025       
      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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Building-construction-work./P2JCM24NH8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P2JCM24NH8
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Courts of Justice
       London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   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: 28/11/2024

Annex A


View any Notice Addenda

View Award Notice