Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 0693 Rocheway Construction Works |
Notice type: | Contract Notice |
Authority: | Essex County Council |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Authority is seeking expressions of interest to appoint a suitably qualified and experienced main contractor for the purpose of residential conversion and construction of new build residential development at Rocheway in Rochford. |
Published: | 06/08/2018 17:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Email: fleur.summers@essex.gov.uk
Contact: Fleur Summers
Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UKH3
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-Chelmsford:-Construction-work-for-multi-dwelling-buildings-and-individual-houses./8KXX7CWRH7
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 0693 Rocheway Construction Works
Reference Number: 0693
II.1.2) Main CPV Code:
45211000 - Construction work for multi-dwelling buildings and individual houses.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Authority is seeking expressions of interest to appoint a suitably qualified and experienced main contractor for the purpose of residential conversion and construction of new build residential development at Rocheway in Rochford.
II.1.5) Estimated total value:
Value excluding VAT: 4,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45211000 - Construction work for multi-dwelling buildings and individual houses.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45111100 - Demolition work.
45111200 - Site preparation and clearance work.
45112700 - Landscaping work.
45113000 - Siteworks.
45210000 - Building construction work.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211360 - Urban development construction work.
70110000 - Development services of real estate.
70333000 - Housing services.
71500000 - Construction-related services.
45233120 - Road construction works.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Essex Housing (a function hosted by Essex County Council on behalf of public sector partners) has an opportunity for a Construction Contractor at Rocheway in Rochford. The combined wider site is owned freehold by Essex County Council and in total covers 7.49 acres (3.033 Ha). The Rocheway development site is currently occupied by a vacant form Adult Community Learning (ACL) centre building and ancillary space (which was decommissioned in July 2015), and has an overall development area of 2.55 acres (1.033 Ha). The proposed development has been considered by Full Planning Application (Ref No's: 17/00102/FUL and supplementary application 17/00907/FUL) as part of a larger scheme but will be progressed as two separate construction delivery phases. Phase 1 (1.22 Acres or 0.494 Ha) - 14 Nr. residential dwellings for private sale with associated external and enabling works, and, Phase 2 (1.33 Acres or 0.529 Ha) - The Independent Living Scheme of 60 apartments and external/ancillary works (which will be progressed as a separate project to Phase 1). The remaining rear 4.94 acres (2.0 Ha) is presently used as open space/playing fields under licence.
This tender process is for PHASE 1 ONLY and includes: Under a single stage design and build lump sum contract (JCT D&B) the Works generally consist of site clearance and the design and construction of 14 Nr. dwellings (for private sale) together with associated external works (including planting, landscaping and fencing) services, drainage, private roads, electrical substations and adoptable roads and sewers. Certain Works under this contract (such as site clearance, access roads, services and drainage) will also facilitate later construction and occupation of the adjacent phase 2 delivery of the Independent Living scheme (which will be subject of a separate tender exercise). The Contractor is also advised that it is likely that the construction of the independent Living scheme will commence prior to the completion of Works under this contract. The Phase 1 Works are to be undertaken in 'Sections', which are fully described under the Clause headed "Amplifications of the Conditions of Contract". The Contractor is required to construct the Works in the sequence detailed under that Clause:
Section 1A (10 weeks from date of possession) - Site clearance and breaking out/removal of existing substructure elements including temporary access and parking formation.
Section 1B (26 weeks from date of possession) - The design and construction of adoptable roads and sewers, 2Nr. electricity sub-stations, surface water drainage attenuation and accesses, and,
Section 2 (52 weeks from completion of section 1A) - The design & construction of 14 Nr. dwellings for sale, together with the remainder of the Works.
A Bidder event is scheduled to be held on 20th August 2018 from 10.00-12.00 at County Hall, Chelmsford. The purpose of the event will be predominantly to provide guidance around the procurement process including Constructionline requirements. Please send details via the message board if your organisation intends on attending.
Suppliers are advised that Essex County Council is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a supplier considers that any of this information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. Essex County Council shall take such statements into consideration in the event that it receives a request pursuant to FOIA and EIR which relates to the information provided by a supplier. However, if the information is requested, Essex County Council may be obliged under FOIA and/or EIR to disclose such information, irrespective of the suppliers wishes.
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: 4,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 15
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 number of candidates: 5
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 - NO
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: 2018/S 31 - 66886
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/09/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/09/2018
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): 4
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: For this tender Essex County Council will be using the BiP Delta eSourcing portal http:s//www.deltaesourcing.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal message system. To access and respond to this opportunity, please go to https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Construction-work-for-multi-dwelling-buildings-and-individual-houses./8KXX7CWRH7. Alternatively potential bidders can use http://www.delta-esourcing.com and input access code 8KXX7CWRH7 to gain access to the tender documentation. Please note that potential bidders will need to register on the delta eSourcing system to view the procurement documentation for this tender, registration is free of charge. If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk or call 0845 270 7050 or email helpdesk@delta-esourcing.com. The tender documents are available on: a) the eSourcing Portal 'BiP Delta', via the links detailed above, b) the Government Contracts Finder website: httos://www.gov.uk/contracts-finder c)ECC's opportunities listing: http://www.essex.gov.uk/Business-Partners/Supplying-Council/Pages/default.aspx It is recommended that any bidder not already registered on the BiP Delta eSourcing, register at the earliest opportunity. Essex County Council reserves the right to cancel the procurement exercise and/or not award all or part of a contract. Essex County Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise. the procurement is subject at all times to the terms and conditions set out in the procurement documents.
Essex County Council has adopted Constructionline, the UK's leading procurement and supply chain management service to streamline the procurement and assessment of contractors applying for this opportunity: https://www.constructionline.co.uk. If you are already a Constructionline Member, you will not need to complete our full PQQ - simply supply your Constructionline membership number, ensure the following sections are verified on your profile C1 - Company Information, C2 - Financial and Insurance Information, C3 - Business and Professional Standing, C4 - Health and Safety, O1 - Equal Opportunity and Diversity, O2 - Environmental Management, O3 - Quality Management, O4 - BIM and ensure your complete our technical questions. Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are verified for Building (Design & Construct) - 45210000-2 or an equivalent work category and have a notational value of £4,400,000 or above notation value in place. Please note it is the bidder's responsibility to ensure that your profile is valid by the closing date of this advert and meets the requirements of this notice. Applications who are not Constructionline members are encouraged to do so as this will simply the pre-qualification process. To apply to Constructionline in relation to this contract notice please contact Anthony Feagan on 07712 430470 or by email on Anthony.Feagan@capita.co.uk. Suppliers who are not Constructionline Members will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the prequalification requirements, through the completion of a full questionnaire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Construction-work-for-multi-dwelling-buildings-and-individual-houses./8KXX7CWRH7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8KXX7CWRH7
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
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: 06/08/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Email: fleur.summers@essex.gov.uk
Contact: Fleur Summers
Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UKH3
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: 0693 Rocheway Construction Works
Reference number: 0693
II.1.2) Main CPV code:
45211000 - Construction work for multi-dwelling buildings and individual houses.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Authority is seeking expressions of interest to appoint a suitably qualified and experienced main contractor for the purpose of residential conversion and construction of new build residential development at Rocheway in Rochford.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,287,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45211000 - Construction work for multi-dwelling buildings and individual houses.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45111100 - Demolition work.
45111200 - Site preparation and clearance work.
45112700 - Landscaping work.
45113000 - Siteworks.
45210000 - Building construction work.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211360 - Urban development construction work.
70110000 - Development services of real estate.
70333000 - Housing services.
71500000 - Construction-related services.
45233120 - Road construction works.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Essex Housing (a function hosted by Essex County Council on behalf of public sector partners) has an opportunity for a Construction Contractor at Rocheway in Rochford. The combined wider site is owned freehold by Essex County Council and in total covers 7.49 acres (3.033 Ha). The Rocheway development site is currently occupied by a vacant form Adult Community Learning (ACL) centre building and ancillary space (which was decommissioned in July 2015), and has an overall development area of 2.55 acres (1.033 Ha). The proposed development has been considered by Full Planning Application (Ref No's: 17/00102/FUL and supplementary application 17/00907/FUL) as part of a larger scheme but will be progressed as two separate construction delivery phases. Phase 1 (1.22 Acres or 0.494 Ha) - 14 Nr. residential dwellings for private sale with associated external and enabling works, and, Phase 2 (1.33 Acres or 0.529 Ha) - The Independent Living Scheme of 60 apartments and external/ancillary works (which will be progressed as a separate project to Phase 1). The remaining rear 4.94 acres (2.0 Ha) is presently used as open space/playing fields under licence.
This tender process is for PHASE 1 ONLY and includes: Under a single stage design and build lump sum contract (JCT D&B) the Works generally consist of site clearance and the design and construction of 14 Nr. dwellings (for private sale) together with associated external works (including planting, landscaping and fencing) services, drainage, private roads, electrical substations and adoptable roads and sewers. Certain Works under this contract (such as site clearance, access roads, services and drainage) will also facilitate later construction and occupation of the adjacent phase 2 delivery of the Independent Living scheme (which will be subject of a separate tender exercise). The Contractor is also advised that it is likely that the construction of the independent Living scheme will commence prior to the completion of Works under this contract. The Phase 1 Works are to be undertaken in 'Sections', which are fully described under the Clause headed "Amplifications of the Conditions of Contract". The Contractor is required to construct the Works in the sequence detailed under that Clause:
Section 1A (10 weeks from date of possession) - Site clearance and breaking out/removal of existing substructure elements including temporary access and parking formation.
Section 1B (26 weeks from date of possession) - The design and construction of adoptable roads and sewers, 2Nr. electricity sub-stations, surface water drainage attenuation and accesses, and,
Section 2 (52 weeks from completion of section 1A) - The design & construction of 14 Nr. dwellings for sale, together with the remainder of the Works.
A Bidder event is scheduled to be held on 20th August 2018 from 10.00-12.00 at County Hall, Chelmsford. The purpose of the event will be predominantly to provide guidance around the procurement process including Constructionline requirements. Please send details via the message board if your organisation intends on attending.
Suppliers are advised that Essex County Council is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a supplier considers that any of this information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. Essex County Council shall take such statements into consideration in the event that it receives a request pursuant to FOIA and EIR which relates to the information provided by a supplier. However, if the information is requested, Essex County Council may be obliged under FOIA and/or EIR to disclose such information, irrespective of the suppliers wishes.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 30
Cost criterion - Name: Criterion 1 / Weighting: 70
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: Not Provided
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: Yes
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: 0693
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 18/01/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Rose Builders Ltd
Riverside House, Riverside Avenue East, Lawford, Essex, CO11 1US, United Kingdom
NUTS Code: UKH3
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: 4,400,000
Total value of the contract/lot: 4,287,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=371664555
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 14/02/2019