By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Better Barnsley - Town Centre Regeneration Project.

Contract award notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Barnsley Metropolitan Borough Council
Gateway Plaza, Off Sackville Street
For the attention of: Mr Andrew Darlington
S70 2RD Barnsley
UNITED KINGDOM
Telephone: +44 1226774366
E-mail:

Internet address(es):

General address of the contracting authority: www.barnsley.gov.uk

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Better Barnsley - Town Centre Regeneration Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

NUTS code UKE31

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)

Project: Better Barnsley - Town Centre Regeneration Project Ref.: 07-17-15-1-1006; Estimated value: 35 000 000 GBP to 50 000 000 GBP. Contract Start: May/June 2015 (Works Jan 2016) Contract Completion: October 2018. Description of Works: The Employer requires a Constructor Partner to work collaboratively on the design and construction of the following works: 1. Construction of a new central library 2. Refurbishment of existing shop buildings 3. Re-model and extension of markets building (Metropolitan Centre) 4. New town square 5. Public realm 6. Associated services works. It is intended that this contract acts as a catalyst for regeneration of the area. Accordingly, the contractor will be required to actively participate in achieving these objectives and contract performance conditions may relate to social, economic and environmental considerations. The contractor's technical capability to meet these requirements may also be assessed at the pre-qualification stage and criteria which asses the manner in which the contractor will meet these requirements may also be included within the contract award criteria. Note: This scheme will be tendered electronically through the YORtender System. Applicants must register their company at https://www.yortender.co.uk Applicants will then need to register their interest against this procurement exercise. To pre-qualify, Applicants will need to submit a completed Pre-Qualification Questionnaire (PQQ) via YORtender. The above information/relevant details include: 1. Applicants are to provide a list of projects, as defined in the Pre-Qualification Questionnaire, to demonstrate their experience in carrying out works on similar projects. This must include, as a minimum, completion date, value, description of the works, contract period, form of contract and client contact details. 2. Note: References are required to be provided by the contacts listed for your experience and internal references will be used where applicable. Applicants not providing any of the above requested information will not proceed any further. 3. A copy of the most recent, unabbreviated financial accounts for your company and the ultimate parent company that cover the last 2 years of trading or for the period available, if trading for less than 2 years. The financial accounts provided for assessment should be no more than 9 months older than the bidder's latest accounting year end date (in line with Companies House accounts filing requirements). Please note: Parent Company Accounts will be subject to the same checks as those applied to the bidder. Where concerns are identified around the financial standing of the parent company, the interdependencies between the bidder and the parent will be considered and this may impact on the outcome of the financial assessment. Where suitable financial accounts are not available (eg for a new company), please provide as much of the following information as possible: · Interim and/or draft accounts; · Bankers statements and references; · Accountants references; · Management accounts; · Financial projections, including cash flow forecasts. 3. Applicants should also note that compliance/accreditation with a SSIP (Safety Schemes In Procurement) constituent body (such as CHAS), or equivalent, is mandatory for all projects involving contractors/suppliers working on Council premises and/or contractors working on the Council's behalf. Applicants are required to provide evidence of SSIP or equivalent compliance/accreditation, for the type of work advertised here and competency level(s) for the following categories: Principal Contractor Design Compliant and/or details of compliance of organisation completing the design on the Applicants behalf. Works to highway/public footpath (Stage 1 and 2) Evidence of current CHAS compliance in any of the above categories is sufficient to demonstrate competency. If applicants cannot provide evidence of accreditation for both the required type of work and the required categories stated above their application will fail. Method of Selection The information provided shall be evaluated and scored (refer to Method of Evaluation Guidance Document). The highest scoring organisations shall be ranked in order and form the select list to be invited to tender. It is envisaged that between 6 and 10 contractors will be invited to Tender, which could be extended in order to ensure adequate competition. Note: Initially all applications will be assessed against the pass/fail criteria in sections 3A, 3B, 4 and 8A. Following this, potential contractors will then be scored against the sections 5, 6, 7, 8B and 9 to produce a ranked list. Finally the potential contractors will be assessed against the pass/fail in section 2 K Temple Director of Design And Procurement NPS Barnsley Ltd Po Box 634 Barnsley South Yorkshire S70 9GG FAO: Andrew Darlington Telephone 01226 774366 Design andnd Procurement Help-desk (YORtender Queries) - Telephone: 01226 774341 to be received by: 12:00 noon, 13.2.2015 Contractors/Suppliers - Find business opportunities with the Council's Corporate Services Directorate by registering (for free) at https://www.yortender.co.uk

II.1.5)Common procurement vocabulary (CPV)

45000000, 45100000, 45210000, 45110000, 45111000, 45112000, 45112400, 45112420, 45112710, 45213141, 45111200, 45111290, 45112700, 45111100, 45111213, 45111230, 45111240, 45111250, 45112100, 45213100, 45213142, 45111300, 45112711, 45212330, 45213140

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 36 610 052,8 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 60
2. Quality. Weighting 40
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
07-17-15-1-1006
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 008-008779 of 13.1.2015

Section V: Award of contract

Contract No: 1 Lot title: Better Barnsley - Town Centre Regeneration Project
V.1)Date of contract award decision:
1.3.2016
V.2)Information about offers
Number of offers received: 3
Number of offers received by electronic means: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Henry Boot Construction Limited
Callywhite Lane
S18 2XN Dronfield
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 36 610 052,8 GBP
Excluding VAT
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
8.3.2016