Opportunity

Highlight Leisure Centre

  • Hartlepool Borough Council

F02: Contract notice

Notice reference: 2022/S 000-026442

Published 21 September 2022, 4:48pm



Section one: Contracting authority

one.1) Name and addresses

Hartlepool Borough Council

Civic Centre, Victoria Road

Hartlepool

TS24 8AY

Contact

Duncan Creed

Email

duncan.creed@driver-group.com

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hartlepool.gov.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://drivergroupplc-my.sharepoint.com/:f:/g/personal/kieran_hodgson_driver-group_com/EmAeF5_xDvREmDqN2dXBJlUBa__NANgfsi2JcGvM5Lx7Yw?e=dXakCg

Additional information can be obtained from another address:

Driver Project Services

15 Evolution, Wynyard Business Park

Billingham

TS225TB

Contact

Duncan Creed

Email

duncan.creed@driver-group.com

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Internet address(es)

Main address

https://www.driverprojectservices.com/

Tenders or requests to participate must be submitted to the above-mentioned address

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

Highlight Leisure Centre

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Hartlepool Borough Council are seeking to procure a suitably experienced Principal Contractor to construct their proposed new 2 storey wet and dry leisure centre to be known as "Highlight". The facility is to be located on a piece of land known as Jackson's Landing, adjacent to Hartlepool Marina on the East Coast of Northern England.

The development involves the construction of a new build leisure facility, together with external works, comprising the following:

• 8 lane x 25m pool

• 4 lane x 25m pool with moveable floor

• Recreational/splash pool with race slide

• Pool spectator area

• Wet and dry changing facilities

• FITTess suite

• NHS accommodation

• Cycling studio with digital/virtual facilities

• 2 no. multi-purpose studios

• Reception and rear office accommodation

• Internal storage with externally accessible storage area for use in the dock

• Externally accessible wet changing for use by open water swimmers in the dock

• Indoor active play/family facility

• Party/function/meeting rooms for potential external use

• Café/refreshment area and social hub area

two.1.5) Estimated total value

Value excluding VAT: £22,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham
Main site or place of performance

Jacksons Landing, Hartlepool

two.2.4) Description of the procurement

The Contracting Entity is seeking to appoint a Principal Contractor to work with in order to deliver the construction of Highlight Leisure Centre (the Works).

The Works will be procured on a Traditional basis utilising the JCT Standard Building Contract 2016 Edition with Quantities (SBC/Q) with Special Conditions, of which further information will be provided within the procurement documentation.

The Contractor will be responsible for the design of a number of components including the piled foundations.

The first stage of the procurement will consist of the following:

- Standard Qualification Instruction to Suppliers (SQIS) document;

- Annexure A - Standard Selection Questionnaire (SSQ)

The SSQ (Annexure A) is based upon the Crown Commercial Service standard template, and will be marked by an assessment panel using the process detailed in the SQIS.

A maximum of 5 Suppliers will be selected to proceed to the Tender stage, and will be issued the full and final Invitation to Tender (ITT) document.

The Tender stage of procurement will be a competitive procedure with prior call for competition, to be conducted with the top 5 scoring Suppliers selected by the assessment panel and based upon the Suppliers SSQ response.

The suppliers selected to tender will each be issued with the full and final Invitation to Tender (ITT) document.

All completed Tenders must be submitted by the Tender Return Date stipulated in the procurement documents.

Once received and validated, compliant tenders will be evaluated in order to ascertain a Preferred Contractor.

The ITT will be evaluated on the basis of a 40% Quality and 60% Price weighting.

The Preferred Contractor, once appointed, shall be responsible for the Procurement, Delivery to Site, Off-Loading, Construction, Installation and Commissioning (including all testing) relating to his delivery of the Works.

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: £22,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

17 April 2023

End date

20 December 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


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

Please refer to the Procurement Documents

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

Please refer to the Procurement Documents


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

28 October 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 November 2022

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.4) Procedures for review

six.4.1) Review body

Hartlepool Borough Council

Hartlepool

Country

United Kingdom