Section one: Contracting authority
one.1) Name and addresses
Stevenage Borough Council
Daneshill House, Danestrete,
Stevenage
SG1 1HN
Contact
Corporate Procurement
Telephone
+44 1438242775
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SBC0221 Design and Build Modular Multi Storey Car Park Railway North
Reference number
CCD00888
two.1.2) Main CPV code
- 45213312 - Car park building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Stevenage Borough Council (the ‘Council’) is currently out to procurement for the provision of a Specialist Design and Build Contractor that has extensive experience in modular decked car parks, as their partner to design and construct a new Multi Storey Car Park ("MSCP") on the part of the existing grade North Station Car Park. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field (OJEU Contract Notice refers). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
SBC is looking to appoint a Specialist Design and Build Contractor that has extensive experience in modular decked car parks, as their partner to design and construct a new Multi Storey Car Park ("MSCP") on part of the existing grade North Station Car Park.The Stevenage Central Framework identifies the need for the provision of a new MSCP to support the growth and expansion within the town, to help create a vibrant and thriving town centre. Stevenage’s location just 25 miles from London and key transport hubs, makes getting to and from the town quick and easy. Stevenage is listed as one of the top 10 most affordable commuter towns in the UK and commuters take advantage of trains into London every eight minutes during rush hour with some journeys taking just 19 minutes.The Local Plan (Policy TC4: Station Gateway Major Opportunity Area) identifies the need for new Multi-Storey Car Parking, specifically including the following principles: At least one multi-storey car park and cycle parking plus drop-off space to specifically serve train customers. High quality landmark gateway environment to create a positive image of Stevenage for all rail visitors.This project seeks to enhance the quality of the existing car park provision for those using cycling and vehicle and motorcycle parking facilities, integrated with use of the station and bus interchange. The new MSCP will be designed modern requirements and, have integrated climate change and sustainable transport measures such as quality and accessible cycle parking, electric vehicle charging and utilise technology to maximise parking capacity.Scope This project aims to design and construct a new MSCP as more fully described in the ITT Project Brief Appendix, considering factors such as: Land – Area available on the Railway North site, and how best to align a new MSCP with the other identified mixed uses for the site Spaces - Number of car park spaces required to be increased from current 330 at grade on the site to Minimum 600 spaces up to approx. 700 to be determined by Contractors. Connectivity – Adjacency to the train station Transport - Impact on the external road network of the increased traffic numbers generated by the car park. Premium Commercial Offerings - The provision of car and cycle parking Sustainability – Renewable Technological features such as electric charging points. A two-stage tender process is being adopted as described more fully in the ITT and supporting documents. Stage 1 – Invitation to TenderBidders will be requested to provide a Guaranteed Maximum Price (GMP), priced Preliminaries and Pre-Construction Design and other Services, overheads and profit. Stage 2 – Pre-Construction Service AgreementThe successful Contractor would be appointed under a Pre-Construction Service Agreement ("PCSA") to prepare a design from initial design stage to RIBA stage 3 and negotiate a Design and Build Construction ContractOrganisations should be aware that due to the nature of the Services provided, Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
19
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Pricing Option for additional Spaces over Brief
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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 e-Tendering 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 In-Tend 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.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council`s requirements and remain financially viable to fulfil the requirements under the Contract.
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.