Stonewater Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fields Head Lane, Birstall |
Notice type: | Contract Notice |
Authority: | Stonewater Limited |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The proposals are to provide 32 family houses comprising 4No 1B, 15No 2B and 13No 3B house types with associated external works and services all in traditional construction. In addition the site will require abnormal works undertaking such as piled foundations, retaining walls, foul pumping station, surface water attenuation, capping layers, methane protection works and highway sub base improvement works. This requirement was originally tendered and awarded to another contractor in March 2021. However, due to unforeseen difficulties, this contractor was unable to continue the build project, which has been on hold since March 2023. The intention is now to appoint a new supplier for the project, through this tender. |
Published: | 03/08/2023 20:06 |
View Full Notice
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./793W35W95G
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: Fields Head Lane, Birstall
Reference Number: 00144-DVP
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The proposals are to provide 32 family houses comprising 4No 1B, 15No 2B and 13No 3B house types with associated external works and services all in traditional construction. In addition the site will require abnormal works undertaking such as piled foundations, retaining walls, foul pumping station, surface water attenuation, capping layers, methane protection works and highway sub base improvement works.
This requirement was originally tendered and awarded to another contractor in March 2021. However, due to unforeseen difficulties, this contractor was unable to continue the build project, which has been on hold since March 2023. The intention is now to appoint a new supplier for the project, through this tender.
II.1.5) Estimated total value:
Value excluding VAT: 7,100,000
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: The intention is to complete this tender exercise as an Open Procedure, in line with the instructions of the Public Contracts Regulations (2015). This single stage process will combine the Selection Questionnaire (SQ) and the Invitation to Tender (ITT), meaning that bidders will be expected to provide all requested information by one, clear deadline.
The SQ is the standard format required under UK guidelines and requires all bidders to provided key information about their organisation’s financial and legal standing, as well as references of current/previous customers and details of their current insurance policies. In addition to this, Stonewater will also include questions, scored as either a “Pass” or “Fail”, based on key organisational initiatives and how well these match with Stonewater’s own policies. These will include, but not be limited to, Corporate Social Responsibility (CSR) and Equality, Diversity and Inclusion (EDI).
The ITT will require bidders to complete the Form of Tender as well as providing responses to some additional questioning, specific to this site. The questions posed will cover areas that are important to the project and to Stonewater as an organisation and will challenge prospective bidders to think about the additional value they can provide, beyond the standard remit.
The pricing requirements of the tender can be found in the Contract Sum Analysis, located in the appendices of the tender pack. All bidders should be able to provide a cost for the PCSA requirement, as well as a full build package, based on the site documentation provided. Bothe elements will be considered and scored as part of the pricing assessment.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Responses to Technical and Site Specific Questions / Weighting: 20
Cost criterion - Name: Pricing Submission through a completed Contract Sum Analysis / Weighting: 80
II.2.6) Estimated value:
Value excluding VAT: 7,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
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:
All requirements in this area are stated in the standard selection questionnaire and in the tender pack.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The minimum economic and financial standing should be in line with the estimated value of the project and a bidder's ability to deliver against that value.
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 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: 29/09/2023 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:
Until: 31/01/2024
IV.2.7) Conditions for opening of tenders:
Date: 02/10/2023
Time: 09:00
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 more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./793W35W95G
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/793W35W95G
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
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
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: 03/08/2023
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
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
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Fields Head Lane, Birstall Reference number: 00144-DVP
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: The proposals are to provide 32 family houses comprising 4No 1B, 15No 2B and 13No 3B house types with associated external works and services all in traditional construction. In addition the site will require abnormal works undertaking such as piled foundations, retaining walls, foul pumping station, surface water attenuation, capping layers, methane protection works and highway sub base improvement works. This requirement was originally tendered and awarded to another contractor in March 2021. However, due to unforeseen difficulties, this contractor was unable to continue the build project, which has been on hold since March 2023. The intention is now to appoint a new supplier for the project, through this tender.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 07/08/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 600196
Notice number in OJ S: 2023/S 000 - 022689
Date of dispatch of the original notice: 03/08/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.1
Lot No: Not provided
Place of text to be modified: Fields Head Lane, Birstall
Instead of: Fields Head Lane, Birstall
Read: Fields Head Lane, Birstall, West Yorkshire
VII.2) Other additional information: Bidders are to be made aware that the proposed site is Birstall, West Yorkshire, not Birstall in Leicestershire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./793W35W95G
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/793W35W95G