New Build Construction – Portland Park Development
The principal contractor will be tasked to take the Scheme from Stage 5 to Stage 7, in accordance with RIBA Plan of Works 2013.
United Kingdom-Ashington: Civic centre construction work
2016/S 104-185809
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Arch Development Projects Ltd
Ashington Workspace, Lintonville Parkway
For the attention of: Mr Anthony Crabb
NE63 9JZ Ashington
UNITED KINGDOM
Telephone: +44 1670528440
E-mail: anthony.crabb@arch-group.co.uk
Internet address(es):
General address of the contracting authority: http://www.archnorthumberland.co.uk/
Electronic access to information: https://procontract.due-north.com/Opportunities/Index
Electronic submission of tenders and requests to participate: https://procontract.due-north.com/Opportunities/Index
Further information can be obtained from: Arch Development Projects Ltd
Ashington Workspace, Lintonville Parkway
For the attention of: Mr Anthony Crabb
NE63 9JZ Ashington
UNITED KINGDOM
Telephone: +44 1670528440
E-mail: anthony.crabb@arch-group.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Arch Development Projects Ltd
Ashington Workspace, Lintonville Parkway
For the attention of: Mr Anthony Crabb
NE63 9JZ Ashington
UNITED KINGDOM
Telephone: +44 1670528440
E-mail: anthony.crabb@arch-group.co.uk
Tenders or requests to participate must be sent to: Arch Development Projects Ltd
Ashington Workspace, Lintonville Parkway
For the attention of: Mr Anthony Crabb
NE63 9JZ Ashington
UNITED KINGDOM
Telephone: +44 1670528440
E-mail: anthony.crabb@arch-group.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
NUTS code UKC21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The principal contractor will be tasked to take the Scheme from Stage 5 to Stage 7, in accordance with RIBA Plan of Works 2013.
The Scheme consists of, but is not limited to, new build construction, earthworks, retaining structures, land remediation, dealing with contaminated material, potential treatment of shallow mine workings and mineshafts, utility diversions/management, primary utility infrastructure installation, highway improvements, car parking and landscaping.
The contract will be delivered using the JCT 2011 Design and Build contract with Arch amendments.
Arch has procured a Design Team via Bilfinger GVA (acting as overall Design Team lead) to take the scheme forward to RIBA Stages 1 to 4, with the intention of novating the Design Team to the successful applicant. It is intended that the Design Team will develop the scheme design to RIBA Stage 4, with the invitation to tender for the construction works being based on this level of design.
Planning consent (Planning application 15/04301/FULES) for the highways infrastructure and NCC headquarters building was approved April 2016.
The Principal Contractor will be appointed to deliver the following elements:
1. Building 1 — Northumberland County Council Civic Building:
— 12 815 m2 office development comprised over part-basement, ground and 4 upper storeys.
— Concrete superstructure.
— Brick and Stone façade.
— Open plan offices.
— Dedicated reception.
— Café.
— Customer service centre.
— Member’s area.
— Council Chamber.
— CAT B fit-out.
2. Car Parking:
— Building 1 associated car parking (up to 528 spaces).
3. Development Infrastructure:
— New highway infrastructure.
— Amendment, diversion and stopping up of existing highways.
— Primary utility provision to development plots.
Additional Works:
Arch currently anticipates that the contractor will also have the opportunity to deliver the construction of the building(s) and associated car parking (on and/or off plot) located on plots 3 and 4 which may be included in the contract by contract variation in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015.
All tender information to be obtained from https://procontract.due-north.com/Opportunities/Index
II.1.6)Common procurement vocabulary (CPV)
45215222, 45213100, 45213150, 45233100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 35 000 000 and 80 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Details within tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
In accordance with Regulation 58 of the Public Contracts Regulations 2015 and as set out in the relevant contract documents and other documentation including the invitation to Tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Please refer to Pre-Qualification Questionnaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please obtain tender document from https://procontract.due-north.com/Opportunities/Index Tenders and all supporting documents must be priced in pounds sterling and all payments made in relation to any resulting contract(s) will be made in pounds sterling. Any resulting contract(s) will be considered as contract(s) made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. All discussions will be in English language. The Contracting Authority does not bind itself to accept the lowest tender or any tender and reserves the right to cancel the award procedure at any time. The contract award criteria will be provided in the Invitation to Tender (ITT). The Contracting Authority shall not be liable for any costs incurred by those expressing interest in negotiating or tendering for this opportunity, including but not limited to where the contract award procedure is cancelled for any reason. The successful tenderer may be required to give an undertaking that it will comply with all UK and EC Legislation, standards and applicable guidance. All dates detailed in this contract notice are approximate and subject to change. Acceptance of variant bids will only apply at the Contracting Authority’s absolute discretion and whether this option will be pursued will be confirmed by the Contracting Authority in due course. The Contracting Authority reserves the right to approve any and all subcontractor appointments.
VI.5)Date of dispatch of this notice:
Related Posts
Design and Build Cultural Venue for British Film Institute
Westminster City Hall Refurbishment
Geotechnical Surveys for Leicestershire County Council
Coventry City Council Civil Engineering Support Framework