Section one: Contracting authority
one.1) Name and addresses
E J Waddington Limited
The Ship and Boat Yard, Broomville Street, Mexborough
Sheffield
S64 8AT
Contact
Tony Waddington
Telephone
+44 1709711893
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43217
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://www.mascotmanagement.co.uk/blog/Thurcroft-PhaseII.asp
Additional information can be obtained from another address:
Mascot Management Ltd
Wards Court
S11 8HW
Country
United Kingdom
NUTS code
UKE32 - Sheffield
Internet address(es)
Main address
https://www.mascotmanagement.co.uk/
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Assisted Funding Project
one.5) Main activity
Other activity
Commercial Developer
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Phase II - Kingsforth Road, Thurcroft
Reference number
M974
two.1.2) Main CPV code
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
two.1.3) Type of contract
Works
two.1.4) Short description
Construction of 3nr new portal steel framed buildings overall area 8459m2 split into 13 units.
two.1.5) Estimated total value
Value excluding VAT: £8,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Thurcroft near Rotherham, South Yorkshire
two.2.4) Description of the procurement
Open Tender
two.2.5) Award criteria
Quality criterion - Name: Technical Submission / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £8,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
14
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
Previous Experience in the construction of steel framed structures
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Minimum Creditsafe rating of 40
Minimum 10m indemnity for Public Liability, Employers Liability and Contractors All Risk Insurance
three.1.3) Technical and professional ability
List and brief description of selection criteria
No convictions for offences listed in Clause 57 of the Public Contract Regulations
Evidence of a Health and Safety Statement
Details of Accident Record for last 3 years - No fatalities
Minimum level(s) of standards possibly required
5 years experience in the construction of steel framed structures
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
BREEAM Very Good rating must be achieved
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 December 2023
Local time
10:00am
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
Tender must be valid until: 29 March 2024
four.2.7) Conditions for opening of tenders
Date
9 February 2024
Local time
12:00pm
Information about authorised persons and opening procedure
Tenderers to be submitted by email before the deadline
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The project is part funded through the JESSICA programme
There are Contractor Designed Portions for the Steel Frame, roof and wall cladding, curtain walling, goods doors, windows, M&E installations and office fit-out
Additional Information will be included in the tender documentation.
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=231014.
(MT Ref:231014)
six.4) Procedures for review
six.4.1) Review body
Royal Institution of Chartered Surveyors
12 Great George Street
London
SWIP 3AD
Telephone
+44 2476868555
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Royal Institution of Chartered Surveyors
12 Great George Street
London
SWIP 3AD
Telephone
+44 2476868555
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Within 10 days of notification of tender results