CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: NEW BUILD DEVELOPMENT WORKS
2. Awarding Authority: Barnsley Metropolitan Borough Council, Gateway Plaza, Barnsley, South Yorkshire, S70 2RD. Tel: 01226 772387. Email: tom.wilson@nps.co.uk. (Tom Wilson).
3. Contract type: Public works contract
4. Description: Project: New Build Development ? Proposed demolition of existing brick built terraced properties and redevelopment of existing site to provide family homes including private gardens, off street parking and all external works. Ref: 07-17-17-1-1186 Contract Start: July 2017 Contract Completion: March 2018 Description of Works: Proposed demolition of an existing row of brick built terraced properties and redevelopment of the existing site to provide seven two bedroom family homes and one three bedroom family house in a terrace configuration on a sloping site. External works comprise the provision of drainage, resurfacing of an existing public footpath, provision of off street parking, retaining structures, fencing and gates, together with soft and hard landscaping. Closing date for application: 12 Noon Friday 21st April 2017 Note: Applicants will need to register their interest against this procurement exercise. To pre-qualify Applicants will need to submit a completed selection questionnaire via YORtender. The above information/relevant details include: 1. Applicants are to provide a list of projects, as defined in the selection 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. NOTE: References are required to be provided by the contacts listed for your experience and internal references will be used where applicable. The Barnsley MBC Reference Template changed on the 30 April 2013 and any references (external or internal) on the old template are no longer valid. References must be obtained and submitted on the new template. Applicants not providing any of the above requested information will not proceed any further. 2. A copy of the most recent, unabbreviated financial accounts for your company and the ultimate parent company that cover the last two years of trading or for the period available, if trading for less than two years. The Awarding Authority Finance, Property And Information Services Select Tender List The financial accounts provided for assessment should be no more than nine 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 registration with a Safety Schemes In Procurement (SSIP) 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 certificates/evidence of registration under SSIP or equivalent approved scheme, including the additional category: Principal Contractor Where your organisation is registered under SSIP but not registered for the additional category of Principal Contractor you must provide evidence/details of your ability/technical competence, experience and track record by submitting project information/Construction Phase Health and Safety Plans/client contact information and the like evidence where such roles have been undertaken. Evidence of current CHAS registration in the above category is sufficient to demonstrate competency. If applicants cannot provide certificates/evidence of registration under SSIP or equivalent approved scheme and evidence for the required category stated above, their application will fail. In the event that Design, Demolition or Works to Highways/Public Footpaths categories are required ? evidence of registration under SSIP or equivalent approved scheme will be a requirement of the tender documentation. The Awarding Authority Finance, Property And Information Services Select Tender List Method of Selection The information provided shall be evaluated and scored. The highest scoring organisations shall be ranked in order and form the select list to be invited to tender. The select list will generally range from between 5 and 8 organisations, which could be extended in order to ensure adequate competition. NOTE: Section 1 of the selection questionnaire will be scored initially to produce a scored ranked list. A maximum number of eight applicants will then be assessed against the PASS/FAIL criteria in Sections 2 and 3. If any bidder FAILS, the list may be extended to include the next highest ranking bidder. k Temple Managing Director Nps Barnsley Ltd Po Box 634 Barnsley South Yorkshire s70 9gg Fao Tom Wilson Telephone 01226 772390 Design And Procurement Helpdesk (Yortender Queries) ? Telephone: 01226 774341 Contractors/Suppliers ? Find business opportunities with the Council?s Corporate Services Directorate by registering (for free) at
5. CPV Code(s): 45000000, 45210000, 45200000, 45111000, 45211000
6. NUTS code(s): UKE, UKE3, UKE31, UKC, UKC1, UKC14
7. Main site or location of works, main place of delivery or main place of performance: Region(s) of supply: Barnsley, Doncaster and Rotherham
Baden Street.
8. Reference attributed by awarding authority: Opportunity Id: DN255060
Ref: 07-17-17-1-1186
9. Estimated value of requirement: Estimated value: #879,000.00
10. Expression of Interest End Date 21.4.2017 (12:00:00).
11. Address to which they must be sent: Please log in or register at the following portal Web: to participate.
12. Other information: Keywords: New Build Development
Estimated contract dates
Start date: 18/07/2017
End date: 18/04/2018
Please refer the website above for documentation
TKR-201745-EX-935115

Post written by: Andrew Perry

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking