Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Hertfordshire District Council
Wallfields, Pegs Lane
Hertford
SG13 8EQ
UK
Contact person: Corporate Procurement
Telephone: +44 1438242775
E-mail: procurement@eastherts.gov.uk
NUTS: UKH23
Internet address(es)
Main address: www.eastherts.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.supplyhertfordshire.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.supplyhertfordshire.uk
Tenders or requests to participate must be sent to the abovementioned address
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
EHC0920 Hartham Leisure Centre
Reference number: EHC223/1222/2020
II.1.2) Main CPV code
45212100
II.1.3) Type of contract
Works
II.1.4) Short description
The proposed construction works will comprise the reconfiguration and refurbishment of the existing leisure centre. This will entail demolishing an existing single storey structure and replacing it with a two-storey construction and refurbishing other areas. The estimated value of the contract is between GBP 8 000 000 to GBP 8 200 000.
II.1.5) Estimated total value
Value excluding VAT:
8 200 000.00
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:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The existing leisure centre has been developed since the 1960s in an ad-hoc fashion. The principal sections of the building comprise:
• a single storey structure containing studio spaces and entrance reception;
• a double height pool hall containing a main pool and a teaching pool;
• two-storey structures adjoining the pool hall containing changing rooms, fitness suite and plant areas.
The proposed construction works will comprise:
• demolition of the single storey structure containing the existing studio and entrance reception;
• building a new two-storey structure containing a fitness suite, studio spaces, entrance reception, café and soft play area;
• refurbishment of the two-storey structure adjoining the pool hall to provide changing areas and studio space;
• limited refurbishment within the pool hall.
The proposed work will be undertaken as a single contract with the following sections:
• Section 1: refurbishment of existing dry changing room areas;
• Section 2: demolition of the existing single storey extension and construction of the replacement two-storey extension;
• Section 3: refurbishment and remodelling of the existing pool hall and adjoining areas.
Tenderers will be required to submit, as part of a compliant tender, a pre-priced, fully developed contract variation (‘Pre-priced Variation’) for the removal and replacement of the boom in the main swimming pool. The Pre-priced Variation will not be evaluated. However, tenderers should note that the Pre-priced Variation may be incorporated into the contract in part or whole. The contract will also detail the mechanism by which the Pre-priced Variation can be enacted. The Pre-priced Contract Variation is pursuant to Regulation 72(1)(a) of the Public Contracts Regulations 2015.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality criterion
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
29/03/2021
End:
19/08/2022
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
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:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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:
30/10/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/11/2020
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.3) Additional information
To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of the Public Contracts Regulations 2015, the Council's procurement documents are available within the eTendering system. This procurement process is a two-stage process and you will only be invited to tender if you have been successful and shortlisted from the first stage, i.e. pre-qualification. If you wish to be considered you must complete and submit a completed selection questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. If you are experiencing problems InTend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8.30-17.30. The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
VI.4) Procedures for review
VI.4.1) Review body
High court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If any clarification regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If a contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
29/09/2020