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 |
View Full Notice
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