Broadland Housing Association: Broadland Development Services Homes for the Future Main Contractor Framework

  Broadland Housing Association has published this notice through Delta eSourcing

Notice Summary
Title: Broadland Development Services Homes for the Future Main Contractor Framework
Notice type: Contract Notice
Authority: Broadland Housing Association
Nature of contract: Works
Procedure: Restricted
Short Description: Broadland Development Services Limited (BDS) is the development arm of Broadland Housing Association (BHA), a registered provider of Social Housing. BHA was formed in 1963 and built their first scheme, at Shipfield in Norwich, in 1967. Today, BHA provide more than 5,500 quality homes across Norfolk and north Suffolk. New developments are operationally low carbon to reduce residents’ bills and provide a sustainable place for communities and nature to thrive. BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement. The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so. BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT. The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2. Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities. The framework will be open to Other Contracting Bodies, which is defined as follows: oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or, oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or, oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function. Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.
Published: 19/02/2025 14:50

View Full Notice

UK-Norwich: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Broadland Development Services Limited
             Norwich City Football Club, South Stand, Carrow Road, Norwich, NR1 1HU, United Kingdom
             Tel. +44 1603750261, Email: procurement@broadlandgroup.org
             Contact: Procurement Team
             Main Address: https://www.broadlandgroup.org, Address of the buyer profile: https://www.broadlandgroup.org
             NUTS Code: UKH1
      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/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: Broadland Development Services Homes for the Future Main Contractor Framework       
      Reference Number: 24-015
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Broadland Development Services Limited (BDS) is the development arm of Broadland Housing Association (BHA), a registered provider of Social Housing. BHA was formed in 1963 and built their first scheme, at Shipfield in Norwich, in 1967. Today, BHA provide more than 5,500 quality homes across Norfolk and north Suffolk. New developments are operationally low carbon to reduce residents’ bills and provide a sustainable place for communities and nature to thrive.

BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement.

The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so.

BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT.

The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2.

Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities.
The framework will be open to Other Contracting Bodies, which is defined as follows:

oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or,
oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or,
oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function.

Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.       
      II.1.5) Estimated total value:
      Value excluding VAT: 150,000,000       
      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: Projects with an estimated construction value up to £8m       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement.

The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so.

BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT.

The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2.

Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities.

The framework will be open to Other Contracting Bodies, which is defined as follows:

oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or,
oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or,
oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function.

Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/07/2025 / End: 30/06/2027       
      This contract is subject to renewal: Yes       
      Description of renewals: Open to extend by up to two (2) additional years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 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: Projects with an estimated construction value over £8m       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement.

The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so.

BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT.

The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2.

Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities.
The framework will be open to Other Contracting Bodies, which is defined as follows:

oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or,
oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or,
oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function.

Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/07/2025 / End: 30/06/2027       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by up to two (2) additional years
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 8
            
      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:
Not Provided               
         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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2024/S 000 - 026941       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/03/2025 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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): 3
      
      

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 Project at any stage of the procurement process.

The Contracting Authority also reserves the right not to award the project.

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.

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=927535840
   VI.4) Procedures for review
   VI.4.1) Review body:
             Broadland Development Services Limited
       Norwich City Football Club, Carrow Road, Norwich, NR1 1HU, United Kingdom
       Tel. +44 1603750261
   VI.4.2) Body responsible for mediation procedures:
             Broadland Development Services Limited
          Norwich City Football Club, Carrow Road, Norwich, NR1 1HU, United Kingdom
          Tel. +44 1603750261
   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: 19/02/2025

Annex A


View any Notice Addenda

View Award Notice