Peabody Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Catalyst Housing Ltd Contractor Framework |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Catalyst Housing Ltd (CHL) has over 21,000 rented and shared ownership homes in management across London and the South East. CHL has a significant development programme, and it is anticipated that up to 800 units per annum could be delivered through the Framework Agreements across the geographical areas of operation. The predicted works value related to the construction costs that are predicted (but not guaranteed) at £500 - £900 million over a four year period. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration above the EU procurement threshold. |
Published: | 05/12/2017 11:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Catalyst Housing Limited
Ealing Gateway, 26-30 Uxbridge Road, London, W52AU, United Kingdom
Tel. +44 2088323157, Email: Angelina.Matthews@chg.org.uk
Contact: Angelina Matthews
Main Address: https://www.delta-esourcing.com
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./223QZF675J
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: https://www.delta-esourcing.com
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: Catalyst Housing Ltd Contractor Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Catalyst Housing Ltd (CHL) has over 21,000 rented and shared ownership homes in management across London and the South East. CHL has a significant development programme, and it is anticipated that up to 800 units per annum could be delivered through the Framework Agreements across the geographical areas of operation. The predicted works value related to the construction costs that are predicted (but not guaranteed) at £500 - £900 million over a four year period.
The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration above the EU procurement threshold.
II.1.5) Estimated total value:
Value excluding VAT: 900,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Contractor - Outside London - Under £12M
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45111000 - Demolition, site preparation and clearance work.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Procurement of Main Contractor services for Outside London - Under £12M value band.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 6
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 2
II.2.1) Title: Contractor - Outside London - £12M - 30M
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45210000 - Building construction work.
45111000 - Demolition, site preparation and clearance work.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Procurement of Main Contractor services for Outside London - £12M - £30M value band.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 6
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 3
II.2.1) Title: Contractor - Outside London - Over £30M
Lot No: 3
II.2.2) Additional CPV codes:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45111000 - Demolition, site preparation and clearance work.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Procurement of Main Contractor services for Outside London - Over £30M value band.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 6
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 4
II.2.1) Title: Contractor - Inside London - Under £12M
Lot No: 4
II.2.2) Additional CPV codes:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45111000 - Demolition, site preparation and clearance work.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211360 - Urban development construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Procurement of Main Contractor services for Inside London - Under £12M value band.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 6
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 5
II.2.1) Title: Contractor - Inside London - £12M - £30M
Lot No: 5
II.2.2) Additional CPV codes:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45111000 - Demolition, site preparation and clearance work.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211360 - Urban development construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Procurement of Main Contractor services for Inside London - £12M - £30M value band.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 6
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 6
II.2.1) Title: Contractor - Inside London - Over £30M
Lot No: 6
II.2.2) Additional CPV codes:
45000000 - Construction work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45111000 - Demolition, site preparation and clearance work.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211360 - Urban development construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Procurement of Main Contractor services for Inside London - Over £30M value band.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 6
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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
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
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 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: 60
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: 08/01/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/02/2018
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): 12
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.
All discussions, meetings and communications will be done in English.
The contract will be subject to English Law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP. All dates in this notice are provisional and potentially subject to revision. All questions should be submitted via the Delta e-Sourcing portal.The numbers of participants identified in each lot are provisional and will be confirmed at the ITT stage.
The Contracting Authority will not accept any liability for tender costs under any circumstances and reserves the right to terminate the procurement process at any stage. This procurement is being undertaken by Catalyst Housing Limited on behalf of all members (from time to time) of the Catalyst Housing Group but who currently comprise, Catalyst Charitable Trust, CHL Developments, Vintage Care, Barnet Community Homes, Catalyst by Design Limited, Southall Day Centre Ltd, Catalyst Finance Ltd, Catalyst Developments (Brent) Ltd and Dee Park Developments (Catalyst) Ltd, as well as any successor body of any of the organisations listed, and any subsidiary, subsidiary undertaking, holding company and/or associate (from time to time) of the aforementioned entities and any entity of which the aforementioned entities is a subsidiary, subsidiary undertaking, holding company and/or associate (from time to time), as such terms are defined in Section 1162 of the Companies Act 2006, s271 of the Housing and Regeneration Act 2008 and/or Section 15 of the Friendly and Industrial and Provident Societies Act 1968.The Catalyst Housing Group members will be entitled to rely on the framework agreement and to call-off contracts under the framework agreement directly. In addition, subject to Catalyst’s prior written consent but without any obligation for them to participate, the members of the G15 Housing Group and any registered provider (as listed on the Statutory Register of Providers of Social Housing maintained by the Homes and Communities Agency, available on their website) and listed on the Tenant Services Authority Website: (www.tenantservicesauthority.org), Local Authorities and ALMOs operating within the UK shall also be entitled to rely on and call-off contracts under the framework agreement.
Suppliers can access the SQ and Tender documents for each lot using the following access codes for each stage: Lot number 1 SQ - 82HCMF5S68, ITT- EAZDQPAR53; Lot number 2 SQ -VPAE5X9554, ITT- 4U2F542B8T; Lot number 3 SQ -2D22277753, ITT-T9G8HR4F35; Lot number 4 SQ - 3S75J6P576, ITT - 5N225S9EEU; Lot number 5 SQ - F67B26WMPR, ITT - 84R92297TR; Lot number 6 SQ - 2A594Z6HEU, ITT - TCQ9P63CM8.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=287552968
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/12/2017
Annex A