Longcar Housing Development, 32 dwellings, Longcar Lane, Barnsley
Main contract details
FINANCE, PROPERTY AND INFORMATION SERVICES
SELECT TENDER LIST
Project: Longcar Housing Development, 32 dwellings, Longcar Lane, Barnsley
Ref: 07-17-17-1-1074
Estimated value: £3,800,000
Contract Start: July 2017
Contract Completion: July 2018
Description of Works: Design and Construction of 32 new dwellings together with all associated works including external works, drainage and Highways works.
Closing date for application: 5 pm on Friday 17 March 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MBC Reference Template changed on the 30 April 2013 and any references (external or internal) on the old template are no longer valid.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.
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.
BARNSLEY METROPOLITAN BOROUGH COUNCIL
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 4 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 1, 2 and 3. If any bidder FAILS, the list may be extended to include the next highest ranking bidder.
Please note – applicants may contact the person named below under FAO direct during the application period to check whether external references have been received. Alternatively requests may be sent through the YORtender portal.
K TEMPLE
MANAGING DIRECTOR
NPS BARNSLEY LTD
PO BOX 634
BARNSLEY
SOUTH YORKSHIRE
S70 9GG
FAO Andrew Gray TELEPHONE 01226 774397
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 https://www.yortender.co.uk
Key dates
Expression of interest window
From 06/03/2017 17:00 to 17/03/2017 17:00
New to ProContract?
If you are not currently registered on the ProContract procurement portal, you can complete a simple registration process by clicking the following link - Register free
Contact details
Barnsley
South Yorkshire
S70 2RD
United Kingdom
