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

Northampton Borough Council - Vulcan Works

  • First published: 15 June 2018
  • Last modified: 15 June 2018

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:
Published by:
Northampton Borough Council
Authority ID:
AA23349
Publication date:
15 June 2018
Deadline date:
12 July 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The contract is for the conversion of an existing Victorian warehouse with a new build extension and new build annex totalling circa 5 500 m² GEA of start up offices and ancillary space for new businesses within the creative industries sector. The contract also includes a small café and limited external works. Part of the building is listed. The estimated value of the contract is 11 330 000 GBP. The form of contract will be the JCT standard building contract with Quantities 2016 with contractor's design portion.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northampton Borough Council

The Guildhall, St Giles Square

Northampton

NN1 1DE

UK

Contact person: Rick O'Farrell

Telephone: +44 1604837837

E-mail: ROFarrell@northampton.gov.uk

NUTS: UKF24

Internet address(es)

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

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

I.3) Communication

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

https://www.lgssprocurementportal.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.lgssprocurementportal.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

Northampton Borough Council - Vulcan Works

Reference number: DN314352

II.1.2) Main CPV code

45213100

 

II.1.3) Type of contract

Works

II.1.4) Short description

The contract is for the conversion of an existing Victorian warehouse with a new build extension and new build annex totalling circa 5 500 m² GEA of start up offices and ancillary space for new businesses within the creative industries sector. The contract also includes a small café and limited external works. Part of the building is listed.

II.1.5) Estimated total value

Value excluding VAT: 11 330 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45211360

45213150

45213252

45262690

45262700

45262800

45454100

II.2.3) Place of performance

NUTS code:

UKF24


Main site or place of performance:

Northampton

II.2.4) Description of the procurement

The contract is for the conversion of an existing Victorian warehouse with a new build extension and new build annex totalling circa 5 500 m² GEA of start up offices and ancillary space for new businesses within the creative industries sector. The contract also includes a small café and limited external works. Part of the building is listed. The estimated value of the contract is 11 330 000 GBP. The form of contract will be the JCT standard building contract with Quantities 2016 with contractor's design portion.

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: 11 330 000.00  GBP

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

Duration in months: 18

This contract is subject to renewal: No

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

In accordance with the provision of the public contract Regulations 2015. Evidence of economic and financial standing and technical competence will be required as defined in the Selection Questionnaire (SQ). There will be some pass /fail criteria contained within the SQ. Candidates who do not demonstrate compliance with any of the pass /fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the SQ, the contracting authority will select 5 potential providers who will be taken through to the Invitation to Tender (ITT) stage. This may be increased by up to 2 potential providers if they score within 5 %of the 5th placed potential provider.

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: Yes

Identification of the project:

ERDF is part of the funding package along with LGF and NBC funding

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:

Applicants will be required to complete a selection questionnaire consistent with the provisions of the public contract Regulations 2015. The contracting authority need not consider any request to participate unless it is accompanied by selection questionnaire. The questionnaire is available from URL address in Section I.3 and must be returned in accordance with the provisions set out in the selection questionnaire by the date stipulated at Section IV.2.2.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Applicants will be required to complete a selection questionnaire consistent with the provisions of the public contract Regulations 2015. The contracting authority need not consider any request to participate unless it is accompanied by selection questionnaire. The questionnaire is available from URL address in Section I.3 and must be returned in accordance with the provisions set out in the selection questionnaire by the date stipulated at Section IV.2.2.


Minimum level(s) of standards required:

As set out in the selection questionnaire. In addition to meeting the minimum levels, only the highest scoring 5-7 applicants will be taken through to the Invitation to Tender (ITT).

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Applicants will be required to complete a selection questionnaire consistent with the provisions of the public contract Regulations 2015. The contracting authority need not consider any request to participate unless it is accompanied by selection questionnaire. The questionnaire is available from URL address in Section I.3 and must be returned in accordance with the provisions set out in the selection questionnaire by the date stipulated at Section IV.2.2.


Minimum level(s) of standards required:

As set out in the selection questionnaire. In addition to meeting the minimum levels, only the highest scoring 5-7 applicants will be taken through to the Invitation to Tender (ITT).

III.2) Conditions related to the contract

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: 12/07/2018

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/08/2018

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

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.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 50 (contract award notices), Regulation 55 (informing candidates and tenderers), Regulation 87 (standstill period) and Chapter 6 (applications to the court).

VI.4.4) Service from which information about the review procedure may be obtained

Crown Commercial Services

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: www.gov.uk/government/organisations/crown-services

VI.5) Date of dispatch of this notice

12/06/2018

Coding

Commodity categories

ID Title Parent category
45262700 Building alteration work Special trade construction works other than roof works
45262800 Building extension work Special trade construction works other than roof works
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45262690 Refurbishment of run-down buildings Special trade construction works other than roof works
45454100 Restoration work Restructuring work
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses
45213252 Workshops construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport

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:
ROFarrell@northampton.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.