Stonewater Limited : Fields Head Lane, Birstall

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

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./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

UK-Leicester: Construction work.

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


View Award Notice