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

EHC0920 Hartham Leisure Centre

  • First published: 06 October 2020
  • Last modified: 06 October 2020
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
East Hertfordshire District Council
Authority ID:
AA21057
Publication date:
06 October 2020
Deadline date:
30 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45212100 Construction work of leisure facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants

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@eastherts.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.