Section one: Contracting authority
one.1) Name and addresses
Islington Council
Town Hall
London
N1 2UD
Contact
Procurement Team
Country
United Kingdom
Region code
UKI - London
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
https://procontract.due-north.com/Advert/Index?advertId=23a87023-aacf-ed11-8120-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=23a87023-aacf-ed11-8120-005056b64545
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
2223-0305 Barnard Park Improvements
Reference number
DN663308
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Barnard Park improvements project aims to make the park a better place for local residents and for the environment.
We seek a principal contractor to coordinate and deliver the Barnard Park improvements project, incorporating the following three key project elements:
1. Landscape improvements
2. A new community hub building
3. To coordinate the wider programme of works including the construction of a new sport pitch by a pitch contractor procured by the Football Foundation to ensure all works on site align.
two.1.5) Estimated total value
Value excluding VAT: £2,882,880
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45112700 - Landscaping work
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The works:
The project comprises 3no. core sections within a 3.6ha site including: (1) the removal of 2no. existing buildings and replacing them with a new-build community hub; (2) extensive hard and soft landscaping works; and (3) replacing the 11-a-side Redgra pitch with a 9-a-side 3G pitch and associated retaining walls.
Section (1) 2no. existing buildings in the park (the Park keeper’s building with associated toilets, and the One O’Clock Club building) are to be demolished. They are to be replaced with a new-build community hub building. The community hub building will be a multiuse space incorporating an early years centre, kitchen facilities, park keeper’s office, toilets, kiosk/servery and facilities for the all-weather pitch. The planning permission in place requires the new building to achieve BREEAM ‘Very Good’ status, as per planning condition no 19. The planning permission also requires Secure by Design (SBD) status to be achieved.
Section (2) The landscaping works comprise extensive hard and soft landscaping, particularly to the centre of the park and at the various entrances. Following removal of the existing Redgra pitch, regrading and changing to levels is proposed, forming a new grass area for informal recreation and sports use and the construction of an outdoors gym area. Various adjustments are to be made to many of the park entrances. Works will also improve pathways and circulation and include new park furniture, signage, and information boards. There will be improvements to the biodiversity and ecology through new planting throughout.
Section (3) relating to the pitch works have been procured separately by the Employer Direct and are due to finish on site prior to the commencement of the main sections of work (sections (1) and (2)).
Key project considerations to note are as follows:
• The park is to be partially open throughout with works sections and phasing to be managed to enable completed or non-working areas to be accessed by park users.
• Works are to be fully designed by consultant team with isolated specific elements contractors design.
• Full Planning permission has been granted for the works. Planning conditions are to be discharged between the contractor, client, and consultant team.
• BREEAM Very Good is required to be achieved with several credits being the responsibility of the contractor to achieve through evidence by following stipulated processes.
• Building control approval is via Islington Building Control service with notice already issued.
• New utilities supplies will require to be brought into the site under the management and supervision of the main contractor.
• The site is extensively populated with trees, the majority of which are being retained; nine existing trees will be removed to enable the works. Working in close coordination with an Arboriculturist will be necessary.
The design intent of the proposed works (for information only) can be accessed from the Planning Portal. Please search the planning ref. P2021/3658/FUL: https://www.islington.gov.uk/planning/applications/comment
Form of contract will be based upon the JCT Intermediate Building Contract with Contractors Design 2016 edition (JCT ICD 2016).
The requirement:
The Council seeks a contractor that can demonstrate a proven robust experience of projects of this nature. We envisage that the most complex and challenging parts of the project will be the landscaping and the coordination of the different elements of the scheme.
two.2.5) Award criteria
Quality criterion - Name: Proposed approach to social value / Weighting: 20
Quality criterion - Name: Proposed measures and procedures/processes to ensure the contract is delivered within budget and on time / Weighting: 10
Quality criterion - Name: Proposed methodology for implementing quality management / Weighting: 10
Quality criterion - Name: Proposed approach to health and safety / Weighting: 5
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
11
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
The contract will be procured using the Restricted Procedure. The Restricted Procedure means the procurement process will be conducted in two stages.
The first stage will involve selecting a maximum of the six (6) highest-scoring organisations through a selection questionnaire (SQ). All submissions will be subject to minimum requirements as stated in the SQ.
The second stage will be an evaluation of tenders submitted by bidders who are selected at the SQ stage.
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
two.2.14) Additional information
The contract period will be for 11.5 months from an estimated start date 25 September 2023.
Social value criteria will be evaluated in accordance with National Themes Outcomes and Measures (TOMs) Framework for social value measurement, published on the social value portal:
https://socialvalueportal.com/national-toms/
We reserve the right to interview leading bidders.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Islington Council
London
Country
United Kingdom