Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

East Midlands

Category Works

Type

No. of Lots 3

Status Active

Published 20th Nov 2023

Tender Details
Referenceocds-h6vhtk-041b28
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£90,000
« Previous Page

East Midlands

Category Works

Type

No. of Lots 3

Status Active

Published 20th Nov 2023

Tender Details
Referenceocds-h6vhtk-041b28
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£90,000

Section I: Contracting authority

I.1) Name and addresses

Elston Parish Council

The Old School House, Church Lane

Elston

NG23 5FU

Contact

Bertie Pinchera

Email

cllrpinchera.elstonpc [at] gmail.com

Telephone

+44 1636525935

Country

United Kingdom

NUTS code

UKF16 - South Nottinghamshire

National registration number

Recreation Fld. Dev.

Internet address(es)

Main address

https://www.mytenders.co.uk/

Buyer's address

https://elstonparish.org.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

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

https://www.mytenders.co.uk/

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

Elston Parish Council Sports Changing Facility

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The scope of works outlined within this notice and the supporting documentation is for the development of changing facilities and is comprised of the following lots:

1. Groundworks, foundations & site finishing.

2. Building Supply & (optional) Construction.

3. Building Fit-out.

Contractors are invited to bid for at least one of the lots contained within this tender notice and contractors can bid for all of the lots contained within this tender notice.

II.1.5) Estimated total value

Value excluding VAT: £90,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers may bid for all lots, and may also bid for one or more lots where the bid is for fewer lots than set out in the contract notice.

II.2) Description

II.2.1) Title

Groundworks, Foundations & Site Finishing

Lot No

1

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKF16 - South Nottinghamshire
Main site or place of performance

Pinfold Lane, Elston, NG23 5PD

II.2.4) Description of the procurement

Elston Parish Council (The Employer) wishes to provide sports changing facilities on the village's Darwin Park sports field. It is envisaged that the primary use of these facilities will be for football changing however the facility will be a community asset available for other sports users as well.

The scope of works outlined within the documents attached to this notice are for the Groundworks, Foundations & Site Finishing of the Elston Parish Council Sports Changing Facilities site and includes the following activities:

1. Groundworks, foundation construction and rainwater disposal.

2. Provision and making good of on and off site service ducts.

3. Foundation & site finishing works.

The sports changing facilities will be of a timber construction supplied and installed by others under a separate contract.

The building supplier has not been selected at this stage however to enable bidders to prepare an accurate proposal for the works detailed within this notice, the costs should be based on the Passmores' 9.6m x 7.2m Club Range Building with 1.2m Veranda, details of which including details of the foundation requirements are included within the documentation included within this notice.

II.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 30

Quality criterion - Name: Experience / Weighting: 20

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £90,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

10 June 2024

End date

13 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contracting authority can extend the contract duration, at it's discretion, where delays to the works will cause the project to be unfinished by the anticipated deadline.

II.2.10) Information about variants

Variants will be accepted: No

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

The estimated anticipated contract value represents the anticipated cost of delivering the project in it's entirety.

II.2) Description

II.2.1) Title

Building Supply

Lot No

2

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKF16 - South Nottinghamshire
Main site or place of performance

Pinfold Lane, Elston, NG23 5PD

II.2.4) Description of the procurement

The scope of works outlined in this tender and supporting documents is for the Sports Changing Facility Building Supply and includes the following activities:

1. Design, supply, delivery and offloading of the sports changing facility building.

2. Optional construction of the changing facilities building.

The Contractor is invited to submit a price for the fixed and optional scope of works detailed within this document. The optional building construction price shall be detailed as a separate line item.

The sports changing site shall be designed and constructed with a design life of a minimum of 20 years.

The Contractor shall ensure all materials supplied and all completed works and finishes comply with this design life criteria as a minimum.

This tender with attached documents describes the detailed scope of works with the general and technical requirements for all works and the contract management approach to be adopted.

II.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 30

Quality criterion - Name: Experience / Weighting: 20

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £90,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

10 June 2024

End date

13 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contracting authority can extend the contract duration, at it's discretion, where delays to the works will cause the project to be unfinished by the anticipated deadline.

II.2.10) Information about variants

Variants will be accepted: No

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

The estimated anticipated contract value represents the anticipated cost of delivering the project in it's entirety.

II.2) Description

II.2.1) Title

Building Fit-out

Lot No

3

II.2.2) Additional CPV code(s)

  • 44115800 - Building internal fittings

II.2.3) Place of performance

NUTS codes
  • UKF16 - South Nottinghamshire
Main site or place of performance

Pinfold Lane, Elston, NG23 5PD

II.2.4) Description of the procurement

The scope of works outlined in this tender and supporting documents is for the Sports Changing Facility Building Fit Out and includes the following activities:

1. Sports changing facility fit out including final service connections.

The sports changing facilities will be of a timber construction supplied and delivered by others under a separate contract.

The building supplier has not been selected at this stage however to enable the Contractor to prepare an accurate proposal for the works within this document the costs should be based on the Passmores’ 9.6m x 7.2m Club Range Building with 1.2m Veranda, details of which are included within the attached documents.

The Contractor is invited to submit a price for the complete scope of works detailed within this document.

This tender and attached documents describe the detailed scope of works with the general and technical requirements for all works and the contract management approach to be adopted.

Groundworks, foundations, building supply and erection and site finishing shall be undertaken by others.

II.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 30

Quality criterion - Name: Experience / Weighting: 20

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £90,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

10 June 2024

End date

13 September 2024

This contract is subject to renewal

Yes

Description of renewals

The contracting authority can extend the contract duration, at it's discretion, where delays to the works will cause the project to be unfinished by the anticipated deadline.

II.2.10) Information about variants

Variants will be accepted: No

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

The estimated anticipated contract value represents the anticipated cost of delivering the project in it's entirety.


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

Bidders must demonstrate their ability to comply with the Construction (Design and Management) Regulations 2015 (CDM) by providing details in their submission of how they propose to meet the requirements of the CDM with respect to the lot(s) that they are bidding for.

III.1.2) Economic and financial standing

List and brief description of selection criteria

In order for Elston PC as the contracting authority to determine the financial standing of bidder the following evidence must be provided as part of the bid.

1. Bidders are required to provide evidence of turnover for the last 3 financial years available.

2. Bidders are required to provide a copy of the company's latest bank statement showing the total balance.

3. Bidders must provide documents demonstrating that they have the following insurances in place:

- Public Liability Insurance

- Professional Indemnity Insurance

- Employers Liability Insurance

Minimum level(s) of standards possibly required

Bidders must be able to demonstrate that they have the required financial resources to fulfil the works for which they are bidding in full, where annual turnover should be at least four times the cost of the works quoted.

Bidders must have the following levels of insurance as a minimum:

Public Liability Insurance [1 million GBP]

Professional Indemnity Insurance [250,000 GBP]

Employers Liability Insurance [5 million GBP]*

*Exempt businesses - Some businesses are not required to have employers' liability insurance, including:

- Companies with no employees.

- Family businesses that employ only family members.

III.1.3) Technical and professional ability

List and brief description of selection criteria

The bidder should provide evidence in the form of a CV that demonstrates the educational and/or relevant professional qualifications and relevant experience for all of the employees who will be directly involved in site works.

With respect to the provision of a prefabricated pavilion structure, evidence will be required of recent projects with customer testimonials.

Minimum level(s) of standards possibly required

Where a bidder provides CV's for all employees who will be involved in site works, those CV's must show experience of a minimum of three similar projects.

With respect to the provision of a prefabricated pavilion structure, at least three relevant case studies with customer testimonials will be required.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Contract Management

The services provided shall be managed entirely by the Contractor to the degree that the Employer’s role is limited to the notification of requirements over and above the norm, approval of unforeseen changes, certification of payments, site inspection and issuing of Employer instructions.

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

26 January 2024

Local time

12:00pm

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 months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

26 January 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

N/A

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230582.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230582)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit