Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Aldwyck Housing Group Constructor Framework |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Aldwyck Housing Group is seeking expressions of interest from suitably skilled and experienced Contractors to deliver works under a four-year Framework due to commence in March 2019. The works comprise theconstruction of new-build dwellings ranging from traditional affordable housing to mixed tenure schemes. TheFramework is being procured in three Lots, based on the values of different types of development scheme as follows: Lot 1 - schemes between £0-4m; Lot 2 - schemes between £3-10m; and Lot 3 - schemes over £8m. Aldwyck Housing Group is following a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements are included in the procurement documents |
Published: | 14/01/2019 11:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Aldwyck Housing Group
6 Houghton Hall Business Park, Porz Avenue, Houghton Regis, LU5 5UZ, United Kingdom
Tel. +44 1582869220, Email: stephanie.turner@aldwyck.co.uk
Contact: Stephanie Turner
Main Address: https://ww.aldwyck.co.uk
NUTS Code: UKH2
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Houghton-Regis:-Construction-work./H5KZ2B3S2M
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/4YJU7X66YF to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Aldwyck Housing Group Constructor Framework
Reference Number: ALDCFWA1
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Aldwyck Housing Group is seeking expressions of interest from suitably skilled and experienced Contractors to deliver works under a four-year Framework due to commence in March 2019. The works comprise theconstruction of new-build dwellings ranging from traditional affordable housing to mixed tenure schemes. TheFramework is being procured in three Lots, based on the values of different types of development scheme as follows: Lot 1 - schemes between £0-4m; Lot 2 - schemes between £3-10m; and Lot 3 - schemes over £8m.
Aldwyck Housing Group is following a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements are included in the procurement documents
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders may bid for (and be awarded) any single Lot. Additionally, Bidders may bid for (and be awarded) Lots 1and 2 or Lots 2 and 3. Bidders are not permitted to bid for or be awarded Lots 1 and 3.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Schemes of £0-4 million
Lot No: 1
II.2.2) Additional CPV codes:
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemesis due to commence in April 2019. Lot 1 comprises development schemes with a value of between £0 to 4 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any other Aldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 1 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: As set out in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/H5KZ2B3S2M
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Schemes of £3-10 million
Lot No: 2
II.2.2) Additional CPV codes:
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45210000 - Building construction work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemesis due to commence in April 2019. Lot 2 comprises development schemes with a value of between £3 to 10 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any otherAldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider workingon their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 2 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: As set out in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/PHYVPGMCSW
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Schemes of over £10 million
Lot No: 3
II.2.2) Additional CPV codes:
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45210000 - Building construction work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemes is due to commence in April 2019. Lot 3 comprises development schemes with a value of over £10 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any other Aldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labourorganisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and theHighways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with thePublic Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 3 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/4YJU7X66YF
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the procurement documents.
III.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: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 24
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/02/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/02/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework Agreement at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework or Lot(s) within it.. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this Framework.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://aldwyck.delta-esourcing.com/tenders/UK-UK-Houghton-Regis:-Construction-work./H5KZ2B3S2M
To respond to this opportunity, please click here:
https://aldwyck.delta-esourcing.com/respond/H5KZ2B3S2M
VI.4) Procedures for review
VI.4.1) Review body:
High Court England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Aldwyck Housing Group Ltd will observe a standstill period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 14/01/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Aldwyck Housing Group
6 Houghton Hall Business Park, Porz Avenue, Houghton Regis, LU5 5UZ, United Kingdom
Tel. +44 1582869220, Email: stephanie.turner@aldwyck.co.uk
Contact: Stephanie Turner
Main Address: https://ww.aldwyck.co.uk
NUTS Code: UKH2
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Aldwyck Housing Group Constructor Framework
Reference number: ALDCFWA1
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Aldwyck Housing Group is seeking expressions of interest from suitably skilled and experienced Contractors to deliver works under a four-year Framework due to commence in March 2019. The works comprise theconstruction of new-build dwellings ranging from traditional affordable housing to mixed tenure schemes. TheFramework is being procured in three Lots, based on the values of different types of development scheme as follows: Lot 1 - schemes between £0-4m; Lot 2 - schemes between £3-10m; and Lot 3 - schemes over £8m.
Aldwyck Housing Group is following a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements are included in the procurement documents
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 100,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - Schemes of £0-4 million
Lot No:1
II.2.2) Additional CPV code(s):
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.
II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance:
Bedfordshire and Hertfordshire
II.2.4) Description of the procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemesis due to commence in April 2019. Lot 1 comprises development schemes with a value of between £0 to 4 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any other Aldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 1 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/H5KZ2B3S2M
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Schemes of £3-10 million
Lot No:2
II.2.2) Additional CPV code(s):
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45210000 - Building construction work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.
II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance:
Bedfordshire and Hertfordshire
II.2.4) Description of the procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemesis due to commence in April 2019. Lot 2 comprises development schemes with a value of between £3 to 10 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any otherAldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider workingon their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 2 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/PHYVPGMCSW
II.2) Description (lot no. 3)
II.2.1) Title:Lot 3 - Schemes of over £10 million
Lot No:3
II.2.2) Additional CPV code(s):
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45210000 - Building construction work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.
II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance:
Bedfordshire and Hertfordshire
II.2.4) Description of the procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemes is due to commence in April 2019. Lot 3 comprises development schemes with a value of over £10 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any other Aldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labourorganisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and theHighways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with thePublic Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 3 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/4YJU7X66YF
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Aldwyck Housing Group Constructor Framework
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/04/2019
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Taylor French Developments Ltd
20 Bridge Street, Leighton Buzzard, Bedfordshire, LU7 1AL, United Kingdom
NUTS Code: UKH2
The contractor is an SME: Yes
Contractor (No.2)
Borras Construction Limited
1 Salar House, Campfield Road, St Albans, Hertfordshire, AL1 5HT, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.3)
LIFE Build Solutions Limited
Hardy House, Northbridge Street, Berkhamstead, Hertfordshire, HP4 1EF, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.4)
TSG Building Services PLC
Cranbourne Industrial Estate, Cranbourne Road, Potters Bar, Hertfordshire, EN6 3JN, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.5)
Parrott Construction Ltd
1 Singer Way, Woburn Road Industrial Estate, Kempston, Bedford, MK42 7AW, United Kingdom
NUTS Code: UKH24
The contractor is an SME: Yes
Contractor (No.6)
Snowdon Homes Ltd
Artemis House, 4a Bramley Road, Mount Farm, Milton Keynes, Buckinghamshire, MK1 1PT, United Kingdom
NUTS Code: UKJ13
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25,000,000
Total value of the contract/lot: 25,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Aldwyck Housing Group Constructor Framework
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/04/2019
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Taylor French Developments Ltd
20 Bridge Street, Leighton Buzzard, Bedfordshire, LU7 1AL, United Kingdom
NUTS Code: UKH25
The contractor is an SME: Yes
Contractor (No.2)
Hill Partnerships Ltd
The Powerhouse, Gunpowder Mill, Powdermill Lane, Waltham Abbey, Essex, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.3)
Lovell Partnerships Limited
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
TSG Building Services PLC
TSG House, Cranbourne Industrial Estate, Cranbourne Road, Potters Bar, Hertfordshire, EN6 3JN, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.5)
Jarvis Contracting Ltd
No 1 Waterside, Station Road, Harpenden, Herts, AL5 4US, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.6)
Bugler Developments Limited
Bugler House, 25 High Strett, Rickmansworth, Hertfordshire, WD3 1ET, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25,000,000
Total value of the contract/lot: 25,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Aldwyck Housing Group Constructor Framework
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/04/2019
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Hill Partnerships Ltd
The Powerhouse, Gunpowder Mill, Powdermill Lane, Waltham Abbey, Essex, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.2)
Durkan Limited
4 Elstree Gate, Elstree Way, Borehamwood, Hertfordshire, WD6 1JD, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.3)
Lovell Partnership Limited
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Jarvis Contracting Ltd
No 1 Waterside, Station Road, Harpenden, Hertfordshire, AL5 4US, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.5)
ENGIE Regeneration Limited
Q3 Office, Quorum Business Park, Benton Lane, Newcastle, NE12 8EX, United Kingdom
NUTS Code: UKC
The contractor is an SME: No
Contractor (No.6)
Higgins Construction PLC
One Langston Road, Loughton, Essex, IG10 3SD, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework Agreement at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework or Lot(s) within it.. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this Framework.
To view this notice, please click here:
https://aldwyck.delta-esourcing.com/delta/viewNotice.html?noticeId=395318916
VI.4) Procedures for review
VI.4.1) Review body
High Court England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court England and Wales
Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Aldwyck Housing Group Ltd will observe a standstill period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date of dispatch of this notice: 07/05/2019