Tender

Bourne Education Trust Principal Contractor for the Epsom & Ewell High School works (Phase 2)

  • Bourne Education Trust

F02: Contract notice

Notice identifier: 2021/S 000-004715

Procurement identifier (OCID): ocds-h6vhtk-0299dc

Published 9 March 2021, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

Bourne Education Trust

Ruxley Lane, West Ewell, Ewell

Epsom

KT19 9JW

Email

susan.goss@curriebrown.com

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://www.bourne.education/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0441

one.3) Communication

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

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bourne Education Trust Principal Contractor for the Epsom & Ewell High School works (Phase 2)

Reference number

CB/4103123

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Bourne Education Trust Principal Contractor for the Epsom & Ewell High School works (Phase 2).

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45214200 - Construction work for school buildings
  • 45214220 - Secondary school construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45214500 - Construction work for buildings of further education
  • 45112720 - Landscaping work for sports grounds and recreational areas
  • 45212200 - Construction work for sports facilities
  • 45236110 - Flatwork for sports fields

two.2.3) Place of performance

NUTS codes
  • UKJ26 - East Surrey
Main site or place of performance

Epsom & Ewell High School, Ruxley Lane, West Ewell, Ewell, Surrey KT19 9JW.

two.2.4) Description of the procurement

Epsom & Ewell High School is part of The Bourne Educational Trust (BET) which is a Multi Academy Trust with sixteen schools – further information can be found on the website https://www.bourne.education

The subject of this procurement is the proposed development of Phase 2 of the project.

The Phase 1 works are currently on site and will provide new sports facilities, including a sports pavilion, new artificial grass pitch and running track. These works are due for completion in late August 2021. The work for both Phases is being funded from the sale of surplus land which has been secured.

The scheme (i.e., Phase 1 and 2) has planning consent and details are available on the Epsom & Ewell Borough Council website - Ref 18/01360/FUL, the application was registered on 19th December 2018 and granted consent on 15th January 2020: https://www.epsom-ewell.gov.uk/.

Phase 2 will consist of a new sports hall and teaching building, a new teaching block, sports surfaces and car parking executed as one phase with sectional completion.

The work will be constructed in sections as follows.

* The new teaching building and sports buildings will be required to be handed over and put into use before the existing ROSLA (raising of the school leaving age) buildings can be demolished.

* The remaining section of works includes the demolition and the construction of the MUGA (multi-use games area) small grass pitch and the car parking together with the remaining landscaping.

* The contractors compound will stay largely throughout the construction phases and will be removed within the final phase of work.

BET is seeking to procure the services of a Main/Principal Contractor to work as part of the Project Team to construct and deliver Phase 2 of the Development.

The contract value is c.8,000,000 GBP plus novated professional fees c.200,000 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Cost criterion - Name: Price / Weighting: 75

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

Duration in months

18

This contract is subject to renewal

No

two.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:

As set out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) 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

N/a

three.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 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

12 April 2021

Local time

12:00pm

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

7 May 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: 3 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=221213.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:221213)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit