Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 20th Dec 2023

Tender Details
Referenceocds-h6vhtk-0428ed
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£8,000,000
More Tenders »

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 20th Dec 2023

Tender Details
Referenceocds-h6vhtk-0428ed
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£8,000,000

Section I: Contracting authority

I.1) Name and addresses

Barnsley College

Church Street

BARNSLEY

S702YW

Contact

Paul Langton

Email

p.langton [at] barnsley.ac.uk

Telephone

+44 1226216331

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

UK Register of Learning Providers (UKPRN number)

10000536

Internet address(es)

Main address

https://www.barnsley.ac.uk/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://tinyurl.com/3d7fbj9z

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://tinyurl.com/3d7fbj9z

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Barnsley Institute of Technology Project

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Refurbishment and fit out of an existing College building to create new Institute of Technology teaching spaces along with construction of 3-tiered mezzanine floors and skylight roof structure providing new learning resource facilities.

Currently designed to RIBA Stage 4 with full Planning Permission granted along with Building Regulations approval.

The works shall include but not be limited to;

- Strip out works.

- Demolition and dismantling.

- Drainage & groundworks.

- Fabrication, and erection of structural steelwork.

- Replacement roof fabric to existing building.

- Installation of a new skylight roof.

- Interior fit out and refurbishment.

- New MEP building services throughout.

- Sustainability elements - whole fabric approach.

II.1.5) Estimated total value

Value excluding VAT: £8,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Barnsley College Church Street Campus, Church Street, Barnsley S70 2AN.

II.2.4) Description of the procurement

Barnsley College is committed to the delivery of a state-of-the art DfE Institute of Technology at the Church Street Campus (University Centre) building to enhance the delivery of Higher Education technical qualifications.

The Church Street building is located within Barnsley town centre, opened in 1932 as the Barnsley Mining and Technical College. The building is constrained by public roads on all 4 sides, and will present challenges from a logistics and construction perspective.

The building requires a high standard of fit out and refurbishment works, along with new build construction of a structural steel frame with 3 mezzanine floors within the existing courtyard creating a glazed roof central Atrium, providing new Learning Resource Centre (LRC) facilities, study areas, and modern cafe and catering facilities.

Existing dated classrooms on 2 levels will be transformed into technology-rich learning spaces with Immersive, High-Tech ACad, and ICT suites, with flexibility and adaptability as key requirements.

The existing main entrance will maximise the synergy of the beautiful external architecture and the stone steps leading into a striking and modern reception, with new glazed panels allowing students and visitors to see into the building and get a sense that they have entered an outstanding and high-spec educational facility.

The Employers' vision is to combine the texture, and richness of existing architecture and features, with contemporary high-quality finishes that creates a connection to the heritage of the building.

The Employers' expectation is for the successful bidder to provide innovative concepts and cost-effective methods and materials to achieve this.

The scope of works to deliver and realise the Employer's vision is extensive and shall include but not be limited to:

- Light and heavy strip out works throughout, including building -

services, sanitary ware, ceiling grids and floor finishes and I.o.T

designated rooms and circulation areas etc.

- Demolition and dismantling of existing walls and structures.

- New below ground drainage and groundworks to the existing

ground floor slab in the Atrium.

- Construction of new foundations within the courtyard area.

- Fabrication and erection of structural steel frame and mezzanine

decks within the existing courtyard (the new Atrium).

- Roof fabric replacement and upgrade.

- Manufacture and installation of a new skylight roof section at

building roof level.

- Light and medium interior fitout and refurbishment to I.o.T spaces

including circulation areas, new ceilings and floor finishes, partition

walls, curtain walls, and new floor to ceiling IPS WC's throughout

etc.

- New building services throughout, including VRF system, AHU,

HVAC, LTHW, DCWS, fire and Intruder, electrical MV and LV

systems and IT network infrastructure etc.

- Sustainability elements, whole fabric approach.

II.2.5) Award criteria

Quality criterion - Name: Design / Weighting: 12%

Quality criterion - Name: Sustainability / Weighting: 12%

Quality criterion - Name: Delivery / Weighting: 12%

Quality criterion - Name: Experience / Weighting: 12%

Quality criterion - Name: Social Value / Weighting: 6%

Quality criterion - Name: Whole Life & Operational Costs / Weighting: 6%

Cost criterion - Name: Cost / Weighting: 40%

II.2.6) Estimated value

Value excluding VAT: £8,000,000

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

End date

30 June 2025

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


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

Contractor must agree with the following:

1. In the past three years, there has not been any unlawful discrimination claim made against the company (or parent company) by any court, employment tribunal, employment appeal tribunal, or any comparable body.

2. Public liability insurance within a minimum of indemnity of not less than £10m per incident.

3. Employers liability insurance within a minimum of indemnity of not less than £10m per incident.

4. Professional indemnity insurance for all activities of a professional nature including design liability with a limit of indemnity of not less than in less than £10m per incident.

5. Works Insurance in accordance with contract (JCT Design & Build 2016 with amendments) to be issued as part of ITT.

6. Confirmation the organisation have not had any fatal or major injury accidents (RIDDOR) or been issued with any Health and Safety enforcement notices in the past 3 years.

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

III.2.2) Contract performance conditions

See above Section III.1)

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the 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

19 January 2024

Local time

12:00pm

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

24 January 2024

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

English

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

Duration in months: 4 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Barnsley College

Church Street

Barnsley

SA70 2AN

Email

p.langton [at] barnsley.ac.uk

Telephone

+44 1226216331

Country

United Kingdom