Section one: Contracting authority
one.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
Contact
Mr Kevin Ayers
Procurement.Team@Bracknell-Forest.gov.uk
Telephone
+44 1344351471
Country
United Kingdom
Region code
UKJ11 - Berkshire
Internet address(es)
Main address
http://www.bracknell-forest.gov.uk
Buyer's address
http://www.bracknell-forest.gov.uk
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bridgewell Supported Living Residential Accommodation Project
Reference number
DN628772
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Bracknell Forest Council (“the Council”) are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school.
The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent.
Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect’s RIBA Stage 2 report.
The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI).
In summary, the works involve the following: -
1) Complete RIBA Stages 3 and 4 design under a PCSA.
2) Site perimeter hoarding.
3) Isolation and capping of existing services.
4) Asbestos removal.
5) Soft strip.
6) Full demolition of the existing buildings on site and adjust levels to the site.
7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target.
8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good.
9) Adjustment of hoardings and boundary.
This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the “Contract Sum”) will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the “Main Works Contract”). A summary of this process is set out in the Combined Invitation to Tender.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Bracknell Forest Council (“the Council”) are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school.
The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent.
Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect’s RIBA Stage 2 report.
The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI).
In summary, the works involve the following: -
1) Complete RIBA Stages 3 and 4 design under a PCSA.
2) Site perimeter hoarding.
3) Isolation and capping of existing services.
4) Asbestos removal.
5) Soft strip.
6) Full demolition of the existing buildings on site and adjust levels to the site.
7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target.
8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good.
9) Adjustment of hoardings and boundary.
This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the “Contract Sum”) will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the “Main Works Contract”). A summary of this process is set out in the Combined Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 July 2024
This contract is subject to renewal
No
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
This will be a restricted two-stage process. Stage 1 is the Selection Questionnaire for tenderer selection and, if successful, at stage 1, organisations will be invited to tender at stage 2.
. Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be submitted through the messaging facility on this site..
Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award.
The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process.
Bidders 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.
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
Originally published as:
Date
26 September 2022
Local time
2:00pm
Changed to:
Date
3 October 2022
Local time
2:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
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
Bracknell Forest Borough Council
Bracknell
Procurement.team@Bracknell-Forest.Gov.UK
Country
United Kingdom