Section one: Contracting authority
one.1) Name and addresses
Bourne Education Trust
Ruxley Lane, West Ewell, Ewell
Epsom
KT19 9JW
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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