Tender

Bridgewell Supported Living Residential Accommodation Project

BRACKNELL FOREST BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

20 Sep 2022 at 08:17

Tender

22 Aug 2022 at 16:06

Summary of the contracting process

The Bracknell Forest Borough Council is seeking contractors for the Bridgewell Supported Living Residential Accommodation Project, involving building construction work. Located at 10 Ladybank, Bracknell, the project aims to provide accommodation and support for people with learning disabilities. The procurement stage is currently active, with a tender period ending on 26th September 2022. Key dates have been revised, with an amendment extending the submission deadline to 3rd October 2022.

This tender presents opportunities for construction companies specialising in residential accommodation projects focused on sustainability and design innovation. Businesses with expertise in Design and Build processes, site demolition, and landscaping are well-suited to compete. The procurement method is a selective procedure, and the contract period is expected to start on 1st June 2023 and end on 31st July 2024, with a focus on quality criteria accounting for 40% of the award decision criteria.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Bridgewell Supported Living Residential Accommodation Project

Notice Description

Bracknell Forest Council ("the Council") are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect's RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). The works involve the following:- 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the "Contract Sum") will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the "Main Works Contract"). A summary of this process is set out in the Combined Invitation to Tender.

Lot Information

Lot 1

Bracknell Forest Council ("the Council") are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect's RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). In summary, the works involve the following: - 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the "Contract Sum") will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the "Main Works Contract"). A summary of this process is set out in the Combined Invitation to Tender. Additional information: This will be a restricted two-stage process. Stage 1 is the Selection Questionnaire for tenderer selection and, if successful, at stage 1, organisations will be invited to tender at stage 2. . Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be submitted through the messaging facility on this site.. Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0361bd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026156-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Sep 20223 years ago
Submission Deadline
26 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2023 - 31 Jul 2024 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BRACKNELL FOREST BOROUGH COUNCIL
Contact Name
Mr Kevin Ayers
Contact Email
kevin.ayers@bracknell-forest.gov.uk
Contact Phone
+44 1344351471

Buyer Location

Locality
BRACKNELL
Postcode
RG12 1JD
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ15 Berkshire East
Delivery Location
TLJ11 Berkshire

Local Authority
Bracknell Forest
Electoral Ward
Town Centre & The Parks
Westminster Constituency
Bracknell

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0361bd-2022-09-20T09:17:02+01:00",
    "date": "2022-09-20T09:17:02+01:00",
    "ocid": "ocds-h6vhtk-0361bd",
    "initiationType": "tender",
    "tender": {
        "id": "DN628772",
        "legalBasis": {
            "id": "32014L0023",
            "scheme": "CELEX"
        },
        "title": "Bridgewell Supported Living Residential Accommodation Project",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Bracknell Forest Council (\"the Council\") are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect's RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). The works involve the following:- 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the \"Contract Sum\") will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the \"Main Works Contract\"). A summary of this process is set out in the Combined Invitation to Tender.",
        "lots": [
            {
                "id": "1",
                "description": "Bracknell Forest Council (\"the Council\") are seeking to develop accommodation and support for an ageing population of people with learning disabilities, built around demand, need and best practice and informed by the market and community. The site is located at 10 Ladybank, Bracknell RG12 7HA off Birch Hill Road and is situated close to a medical practice, shops, community centre and a primary school. The site is accessed via Ladybank Road, a no-through road. The surrounding area is predominantly residential. Temporary access for construction may also be possible from Leppington Road (north of the site), subject to seeking Highways consent. Part of the site slopes from west to east, with the existing building situated on a levelled surface. The proposed new building is planned to remain around the same level of the existing building. For further details, please refer to the IBI architect's RIBA Stage 2 report. The Bridgewell Supported Living project will provide four 5-bedroom units and is based on a two-storey new build accommodation, i.e. the existing building will be demolished. The scheme will achieve BREEAM Excellent sustainability and secure by design rating. The design is based on Housing our Ageing Population Panel for Innovation (HAPPI). In summary, the works involve the following: - 1) Complete RIBA Stages 3 and 4 design under a PCSA. 2) Site perimeter hoarding. 3) Isolation and capping of existing services. 4) Asbestos removal. 5) Soft strip. 6) Full demolition of the existing buildings on site and adjust levels to the site. 7) Construction of a new two storey supported living residential accommodation with a roof garden. BREEAM Excellent target. 8) Landscaping works including access, car parking, pedestrian routes, garden & planting works and making good. 9) Adjustment of hoardings and boundary. This project will be developed under a Design and Build (D&B) process i.e. the contract sum for the Main Works Contract (the \"Contract Sum\") will be arrived at in two stages. The intention is that the selected Contractor will initially fulfil the design for RIBA stages 3 and 4 under a Pre-Construction Services Agreement and ultimately be appointed under a lump sum form of contract (JCT Design and Build 2016 as amended by The Schedule of Amendments) (the \"Main Works Contract\"). A summary of this process is set out in the Combined Invitation to Tender. Additional information: This will be a restricted two-stage process. Stage 1 is the Selection Questionnaire for tenderer selection and, if successful, at stage 1, organisations will be invited to tender at stage 2. . Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be submitted through the messaging facility on this site.. Economic and Financial Standing. The authority will seek more information from independent credit agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award. The council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2023-06-01T00:00:00+01:00",
                    "endDate": "2024-07-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ11"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://sebp.due-north.com/",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-26T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-09-26T14:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2022-10-03T14:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-419",
            "name": "Bracknell Forest Borough Council",
            "identifier": {
                "legalName": "Bracknell Forest Borough Council"
            },
            "address": {
                "streetAddress": "Time Square, Market Street",
                "locality": "Bracknell",
                "region": "UKJ11",
                "postalCode": "RG12 1JD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Kevin Ayers",
                "telephone": "+44 1344351471",
                "email": "Kevin.Ayers@Bracknell-Forest.gov.uk",
                "url": "https://sebp.due-north.com/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.bracknell-forest.gov.uk",
                "buyerProfile": "http://www.bracknell-forest.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-50878",
            "name": "Bracknell Forest Borough Council",
            "identifier": {
                "legalName": "Bracknell Forest Borough Council"
            },
            "address": {
                "locality": "Bracknell",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Procurement.team@Bracknell-Forest.Gov.UK"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-419",
        "name": "Bracknell Forest Borough Council"
    },
    "language": "en"
}