Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Activating Community Health – Millom

  • First published: 02 February 2024
  • Last modified: 02 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04366e
Published by:
Cumberland Council
Authority ID:
AA83928
Publication date:
02 February 2024
Deadline date:
04 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council are seeking to appoint a design and build contractor to carry out a 2 Stage commission.

• Stage 1: Design, development, consents and approvals.

• Stage 2: Construction

There is to be an Employer decision hold-point between Stage 1 and 2 when the Employer will decide whether or not to proceed to Stage 2. This decision will be at the Employers total discretion.

Stage 1 will be administered under an NEC Engineering Construction Contract Contract (Option A).

Stage 2 will be administered under an NEC Engineering Construction Contract (Option A).

For Stage 1, the Contractor will enter into a Contract with the Council (the Employer) and develop the detailed design for the works outlined in the Works Information. It should be noted that whilst a stage 3 design has been developed (drawing included as previously referenced), the Council wishes to gain Contractor involvement and ‘buildability’ advice which is to be incorporated into the final design prior to submission of planning.

The Contractor will undertake any necessary supplementary investigations, studies, assessments, etc., produce all drawings and specification for the works; identify and secure all necessary consents and approvals to enable successful construction of the works. The Contractor will provide a pre-construction information (PCI) document as well as an updated priced activity schedule for discussion and acceptance at the end of Stage 1.

If the Employer accepts the Stage 1 products and price, the Contractor will be asked to provide the Stage 2 works by entering into a second Engineering and Construction Contract with the Employer.

For the avoidance of doubt, the initial contract will be for the provision of Stage 1 works only. The Employer has no contractual obligation to commit for Stage 2 works.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cumberland Council

Cumbria House, 107 - 117 Botchergate

Carlisle

CA1 1RD

UK

Contact person: Mrs Hayley Samson

E-mail: procurement.capital@cumberland.gov.uk

NUTS: UKD1

Internet address(es)

Main address: https://www.cumberland.gov.uk/

Address of the buyer profile: https://www.cumberland.gov.uk/

I.3) Communication

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

https://www.the-chest.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.the-chest.org.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

Activating Community Health – Millom

Reference number: DN709123

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The project includes a new leisure facility to be built within an existing high school site, Millom School. The school will remain live and operational during the work. The new building connects to the existing school building where a small hall that is currently within the school ownership would integrate into the facility and house the fitness suite. This school hall will require refurbishment to enable it to accommodate the new gym. The new facilities are to include 15x8m four lane community pool, new four court sports hall, a multipurpose studio, café, wet and dry changing and external access all weather pitch (AWP) team changing.

To enable the project within the school site additional parking is required to the front of the school, which require demolition of an empty care takers cottage. There is also a requirement to offset the loss of hardstanding playground space to accommodate the facility by re-providing elsewhere on the school grounds in existing soft landscaped areas.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD1

II.2.4) Description of the procurement

The Council are seeking to appoint a design and build contractor to carry out a 2 Stage commission.

• Stage 1: Design, development, consents and approvals.

• Stage 2: Construction

There is to be an Employer decision hold-point between Stage 1 and 2 when the Employer will decide whether or not to proceed to Stage 2. This decision will be at the Employers total discretion.

Stage 1 will be administered under an NEC Engineering Construction Contract Contract (Option A).

Stage 2 will be administered under an NEC Engineering Construction Contract (Option A).

For Stage 1, the Contractor will enter into a Contract with the Council (the Employer) and develop the detailed design for the works outlined in the Works Information. It should be noted that whilst a stage 3 design has been developed (drawing included as previously referenced), the Council wishes to gain Contractor involvement and ‘buildability’ advice which is to be incorporated into the final design prior to submission of planning.

The Contractor will undertake any necessary supplementary investigations, studies, assessments, etc., produce all drawings and specification for the works; identify and secure all necessary consents and approvals to enable successful construction of the works. The Contractor will provide a pre-construction information (PCI) document as well as an updated priced activity schedule for discussion and acceptance at the end of Stage 1.

If the Employer accepts the Stage 1 products and price, the Contractor will be asked to provide the Stage 2 works by entering into a second Engineering and Construction Contract with the Employer.

For the avoidance of doubt, the initial contract will be for the provision of Stage 1 works only. The Employer has no contractual obligation to commit for Stage 2 works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

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

End: 30/03/2026

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

The Council is conducting a procurement using the restricted procedure in accordance with the Public Contracts Regulations 2015 (“PCR”). After the deadline the Council will undergo a short-listing process utilising the criteria identified within this PQQ. Candidates must observe word/page limit requirements where specified. Words which exceed the page limit will be disregarded and so will not contribute to the Evaluation Panel’s assessment of the response. Where no word limit requirement is specified, please be succinct.

The Council and the Project Team will evaluate PQQ submissions based on Candidates’ responses. The five highest ranking Candidates will be issued the Invitation to Tender and be invited to submit a fully priced tender.

Where the number of Candidates meeting the selection criteria and/or the minimum levels of ability is below the Council’s required selection minimums the Council reserves the right to proceed to the ITT stage with fewer than five candidates. The Council reserves the right to increase the quantity proceeding through to ITT stage from five only where two or more Candidates have tied scores following the PQQ shortlisting evaluation stage. On Evaluation of the PQQ responses only the 5 highest ranking qualified candidates, as per the shortlisting criteria contained in this document, will be issued with an Invitation to Tender (ITT). In the event of a tie in scoring for fifth place the Council will take forward Candidates positioned in; 1st, 2nd, 3rd, 4th and those tied in 5th place.

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

Suppliers wishing to express an interest and obtain access to the tender documents should go to www.the-chest.org.uk and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (DN709123) in the box labelled 'contains' then click search. Click on the Blue link for the contract title to view the opportunity.

To express an interest you will need to login. If you are not already registered on the www.the-chest.org.uk you will need to return to the home page and click on Register. Register free link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.

Cumberland Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Cumberland Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the authority's supplier audits on all aspects of diversity.

The contracting authority expressly reserves the right:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the contracting authority be liable for any costs incurred by the candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.

The contracting authority reserve the right to use any electronic portal during the life of the agreement.

The value provided in Section II.1.5 is only an estimate.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 04/03/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England

London

UK

VI.5) Date of dispatch of this notice

01/02/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.capital@cumberland.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.