Tender

MP3A Framework and Stable Block

  • Wentworth Woodhouse Preservation Trust

F02: Contract notice

Notice identifier: 2021/S 000-028460

Procurement identifier (OCID): ocds-h6vhtk-02f69b

Published 15 November 2021, 1:15pm



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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://focusconsultants-my.sharepoint.com/:f:/g/personal/eleanor_clarke_focus-consultants_com/ErIMCDFTCWJBtTdZyDylE6wBL7TwoV6NMde9vOt7iIruSw?e=Usy70C

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

UKF14 - Nottingham

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

MP3A Framework and Stable Block

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 up to four contractors onto a framework to undertake construction works on the estate over the course of the next five years. The framework will be for four years as per the maximum length permitted under the Public Contract Regulations 2015, but contracts let via the framework may run for a longer duration.

The framework is being let via this Open Tender procedure. The successful contractors will then enter into a framework and be given opportunity to tender for the works packages as they arise. These tender call offs will be run via individual two stage tender processes direct to the framework contractors only.

The anticipated value of the framework is 12m GBP but it subject to different funding streams and is not guaranteed.

The Kitchen and Stable block details have been included in this framework tender process to secure preliminaries and overheads and profits on the works as part of the competitive tender process.

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 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
  • 45212350 - Buildings of particular historical or architectural interest

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 an Open Procedure under the Public Contract Regulations 2015. It is for the establishment of a framework agreement with up to four contractors appointed to it. The framework will run for four years, with the works to be let through the framework anticipated to be completed within five years.

The anticipated total value of the works to be let through the framework is 12million GBP, let through a series of smaller contracts that will be procured via the framework using a two stage tender process.

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.

https://focusconsultants-my.sharepoint.com/:f:/g/personal/eleanor_clarke_focus-consultants_com/ErIMCDFTCWJBtTdZyDylE6wBL7TwoV6NMde9vOt7iIruSw?e=Usy70C

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 application and supporting documents should be uploaded by the contractor 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 applications received after the deadline will not be assessed.

Please note that there is a site visit on 24th November 2021, 10am - 4pm. Please confirm via administration@focus-consultants.com by 22nd November 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: £12,000,000

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

Duration in months

48

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


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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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 December 2021

Local time

9:00am

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)

four.2.7) Conditions for opening of tenders

Date

15 December 2021

Local time

10:00am

Place

via the My Tenders Portal

Information about authorised persons and opening procedure

The Postbox will be opened at 13:00 by Focus Consultants and all documents downloaded and shared with the assessment panel.


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

(MT Ref:224493)

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