Design and Build Contract Northumberland
Design and Build Contract for a new build Primary and Secondary School and Leisure Centre.
United Kingdom-Morpeth: Construction work for school buildings
2016/S 161-290688
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall
Morpeth
NE61 2EF
United Kingdom
Contact person: Mr Paul Lynch
Telephone: +44 1670620289
E-mail: paul.lynch@northumberland.gov.uk
NUTS code: UKC21
Address of the buyer profile: www.northumberland.gov.uk/Business/Suppliers/Working.aspx
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Design and Build Contract for a new build Primary and Secondary School and Leisure Centre.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is seeking to appoint a main contractor for a Design and Build contract for a new build primary and secondary school and public leisure centre and library facilities in Ponteland, Northumberland. Prior to the execution of a JCT contract the successful tenderer will be expected initially to enter into a Pre-Construction Services Agreement (PCSA) with the Council. During the PCSA period the contractor will develop its designs to RIBA Stage 4 and obtain planning approval. The contractor will select and engage the design team for the project. Once complete, the PCSA will be replaced by the JCT Contract, which is intended to be based on an amended 2011 JCT Design & Build Contract. The Council is expecting to commence construction works on site in August 2017 with completion of the building and handover by 30 August 2019.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ponteland, Northumberland, United Kingdom.
II.2.4)Description of the procurement:
The project is intended to support the proposed wider reorganisation of the school structure in Ponteland through the provision of suitable accommodation for the increased number of pupils and age ranges. In addition, the project will improve the teaching and learning environment for current and future pupils in the schools, including on-site access to modern sport and leisure facilities, whilst benefitting the Ponteland community as a whole.
The design works comprise the design of the building(s) for the primary school, secondary school, sports facilities, car parking, leisure centre and library facilities together with all designs required for the architectural, civil and structural engineering and landscaping required to allow complete construction of the works. (Continued in Section II.2.14. Additional information).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
After evaluation of the pre-qualification questionnaire responses, the three highest ranking candidates will be issued with an invitation to participate in dialogue.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The construction works shall comprise all site works required for completion of the school and leisure facilities and surrounding site including extensions to the public highway, site access roads, earthworks, enabling works, statutory services diversions and new supplies, access roads, car parks, landscaping and on and off site drainage.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Financial and performance guarantees or other forms of appropriate security may be required as set out in the procurement documents and the financing conditions and payment arrangements are as described in the procurement documents. In the event of a successful consortium bid, the Council may specify, at its discretion, that the consortium members adopt a particular legal form and/or require that a single consortium member takes primary liability or that each member undertakes joint and several liability irrespective of the legal form adopted. The successful tenderer may be required to actively participate in the achievement of social and/or environmental policy objectives. Accordingly, contract performance conditions may relate in particular to social, environmental and/or corporate social responsibility considerations. Further details will be set out in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Council uses the Due North ProContract e-tendering portal to conduct the tender process which can be accessed via https://procontract.due-north.com/Login.Tenderers need to register on the portal in order to gain access to the tender documents. All communication (including PQQ submission responses) must be via the portal.
The Council reserves the right not to award any contract (in whole or part), to cancel or amend the procurement process and do not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
Please note all dates, time periods and figures in relation to values and volumes specified in this notice are approximate only and the Council reserves the right to change any or all of them.
VI.4.1)Review body
Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477882Internet address:www.justice.gov.uk
VI.4.3)Review procedure
Part 3 of the Public Contracts Regulations 2015 (as amended) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of those Regulations to take action in the High Court of England and Wales. Any such action must be brought within the time limits specified in the Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice:
Related Posts
Procurement of a Client Project Manager
Principal Contractor for AIEC Project Aberystwyth