Tender

MP 1 CAMELLIA HOUSE AND CAR PARK CONSTRUCTION WORKS

  • Wentworth Woodhouse Preservation Trust

F02: Contract notice

Notice identifier: 2021/S 000-022904

Procurement identifier (OCID): ocds-h6vhtk-02e0e6

Published 15 September 2021, 10:25am



Section one: Contracting authority

one.1) Name and addresses

Wentworth Woodhouse Preservation Trust

Wentworth Woodhouse, Wentworth,

Rotherham

S62 7TQ

Email

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

www.mytenders.co.uk

Additional information can be obtained from another address:

Focus Consultants 2010 LLP

Phoenix Business Park

Nottingham

NG8 6AS

Email

administration@focus-consultants.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.focus-consultants.com

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

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