Section one: Contracting authority
one.1) Name and addresses
Wentworth Woodhouse Preservation Trust
Wentworth Woodhouse, Wentworth,
Rotherham
S62 7TQ
administration@focus-consultants.com
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
Internet address(es)
Main address
http://www.wentworthwoodhouse.org.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA30248
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Focus Consultants 2010 LLP
Phoenix Business Park
Nottingham
NG8 6AS
administration@focus-consultants.com
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main 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
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MP 1 CAMELLIA HOUSE AND CAR PARK CONSTRUCTION WORKS
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Wentworth Woodhouse Preservation Trust is seeking to appoint a contractor to build and deliver this project of the refurbishment of the Camellia House and the formation of a new Car Park located at the Stables Block. The Camellia House is in a dilapidated state and the scope of works will refurbish the building to provide a Café with Kitchen and Toilets. Externally we will provide a new Changing Places Toilet, disabled parking, bin store and terrace for seating. The scope of the works is as described in the Consultant Stage 3 Design Reports but will include roof timber, stone, window and door repairs and renewals, new glazed, tile and metal roof coverings, new windows, doors, floor, wall and ceiling finishes, toilets, kitchen fittings, mechanical and electrical services. The building will require new incoming services and drainage. Externally the Fountain will be refurbished.
The new Car Park at the Stables will involve the removal of asbestos, demolition of the existing former college buildings and installation of ground-source heat pumps. The new car park is hard surfaced with kerbs, edgings, drainage and external lighting.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45212350 - Buildings of particular historical or architectural interest
- 45000000 - Construction work
- 45210000 - Building construction work
- 45200000 - Works for complete or part construction and civil engineering work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45213312 - Car park building construction work
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Wentworth Woodhouse, Rotherham
two.2.4) Description of the procurement
This procurement exercise is being run as a Restricted Procedure under the Public Contract Regulations 2015.
Whilst the estimated value is "below threshold" the client is in the process of seeking additional funding. Should this fundraising be successful, then there are further elements of work that will be added into the contract which may take the total contract value above threshold. To this end, the process is being run as an above threshold process to allow for potential increase in estimated contract value between the Contract Notice being published and the contract being let.
The procurement process is being managed via My Tenders. Interested contractors should register with My Tenders and download the documents from the link contained herein.
All questions should be submitted via My Tenders. Answers will be provided via the postbox service. Having registered with My Tenders, contractors will receive notification of any updates or Q&As posted. Contractors should periodically check the portal directly for any updates, in case any notifications are blocked by their email system. It is the contractors responsibility to check that they are fully appraised of all information uploaded to the portal.
Completed Supplier Selection Questionnaires and supporting documents should be uploaded to the portal by the deadline. Please allow sufficient time to complete this process, noting that the upload process may become slower in the hours immediately before the deadline.
Any SSQs received after the deadline will not be assessed.
Please note that there is a site visit on 22nd September 2021. Please confirm via My Tenders by 20th September that you wish to attend. Maximum of 4 attendees per contractor.
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: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
10
This contract is subject to renewal
Yes
Description of renewals
As noted above, the employer reserves the right to extend the contract if additional funding is secured.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The criteria for assessing the Supplier Selection Questionnaires is as set out in the procurement documents. The top scoring candidates that have passed all the pass/fail questions will be shortlisted. It is envisaged that 5 candidates will be shortlisted unless there is a tie in scores, in which case the shortlist may be extended to a greater number.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the information included within the procurement documentation
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.
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
15 October 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 November 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=223890.
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:223890)
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