Stonewater Limited : Manor Gardens, Gloucester

  Stonewater Limited has published this notice through Delta eSourcing

Notice Summary
Title: Manor Gardens, Gloucester
Notice type: Contract Notice
Authority: Stonewater Limited
Nature of contract: Works
Procedure: Open
Short Description: The development proposes the demolition of 23no. 1 bed bungalows and their replacement with 46 no. new build dwellings. This comprises of 16 no. 1 bedroom apartments, 24 no. 2 bedroom apartments, 4 no. 3 bedroom houses, and 2 no. 3 bedroom bungalows. The scheme includes an enhancement and re-design of the existing landscape over the whole site to include new access arrangements and parking. The planned works are also to include developing the existing Grade II Listed Manor House within the same site. This will entail internal alterations and refurbishment to create 3no. 2 bedroom and 1no. 3 bedroom apartments. Additionally space will be created to provide community activity facilities with kitchen, WCs and office.
Published: 24/06/2022 20:44

View Full Notice

UK-Leicester: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Limited
             Suite C, Lancaster House, Enderby Road, Leicester, LE8 6EP, United Kingdom
             Tel. +44 7387024336, Email: andrew.russell@stonewater.org
             Contact: Andrew Russell
             Main Address: https://www.stonewater.org/
             NUTS Code: UK
      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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./FZUHKJ5839
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Manor Gardens, Gloucester       
      Reference Number: 00096-DVP
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The development proposes the demolition of 23no. 1 bed bungalows and their replacement with 46 no. new build dwellings. This comprises of 16 no. 1 bedroom apartments, 24 no. 2 bedroom apartments, 4 no. 3 bedroom houses, and 2 no. 3 bedroom bungalows. The scheme includes an enhancement and re-design of the existing landscape over the whole site to include new access arrangements and parking.
The planned works are also to include developing the existing Grade II Listed Manor House within the same site. This will entail internal alterations and refurbishment to create 3no. 2 bedroom and 1no. 3 bedroom apartments. Additionally space will be created to provide community activity facilities with kitchen, WCs and office.       
      II.1.5) Estimated total value:
      Value excluding VAT: 9,780,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Stonewater intends to conduct an Open tender procedure to appoint a skilled and capable supplier. Based on the requirements of the brief, the consideration is that a shortlisting section will not be required and that a suitable number of bidders can be found through the chosen process.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Responses to the Qualitative Questions / Weighting: 30
                        
            Cost criterion - Name: Pricing Against Documented Schedule of Requirements / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 9,780,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      The contractor must be able meet the minimum financial standing for the contract. In this case, it will be the proposed value of the contracted work, which equates to £9.78 million.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      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          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: 19/08/2022 Time: 17:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 19/08/2022
         Time: 17:30
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=700238825
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater Limited
       Suite C, Lancaster House, Enderby Road, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336, Email: andrew.russell@stonewater.org
       Internet address: https://www.stonewater.org
   VI.4.2) Body responsible for mediation procedures:
             Stonewater Limited
          Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
          Tel. +44 7387024336, Email: andrew.russell@stonewater.org
          Internet address: https://www.stonewater.org
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Stonewater Limited
       Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336, Email: andrew.russell@stonewater.org
       Internet address: https://www.stonewater.org/
   VI.5) Date Of Dispatch Of This Notice: 24/06/2022

Annex A


View any Notice Addenda

View Award Notice