Stonewater Limited : Swarcliffe Avenue, Swarcliffe

  Stonewater Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Swarcliffe Avenue, Swarcliffe
Notice type: Contract Notice
Authority: Stonewater Limited
Nature of contract: Works
Procedure: Open
Short Description: Stonewater is seeking a contractor to support the build of a new development at its Swarcliffe Avenue site. The scheme comprises 33 units, based on the following schedule of accommodation: •2B3P Bungalow @80m2 – 01no. •2B4P 2 storey house @79m2 – 12no. •2B4P 2 storey house@ 81m2 – 03no. •3B5P 2 storey house @93m2 – 17no. The proposed development is located on the former St Gregory’s Primary School site off Swarcliffe Avenue and Stanks Gardens. The site was generally recorded as open land until the construction of the primary school in the 1980’s, which was later demolished in 2019. The main site, accessed off Stanks Gardens is approximately 0.91 hectares and is bound by residential properties to the North West boundary and local Community centre to the East West boundary. 2 plots are to be located off Swarcliffe Avenue in between existing dwelling and substation. The site was purchased from Leeds City Council and planning permission has been granted and received.
Published: 19/06/2023 20:37

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
             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./CC55HQF7S2
      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: Swarcliffe Avenue, Swarcliffe       
      Reference Number: 00142-DVP
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Stonewater is seeking a contractor to support the build of a new development at its Swarcliffe Avenue site. The scheme comprises 33 units, based on the following schedule of accommodation:
•2B3P Bungalow @80m2 – 01no.
•2B4P 2 storey house @79m2 – 12no.
•2B4P 2 storey house@ 81m2 – 03no.
•3B5P 2 storey house @93m2 – 17no.
The proposed development is located on the former St Gregory’s Primary School site off Swarcliffe Avenue and Stanks Gardens. The site was generally recorded as open land until the construction of the primary school in the 1980’s, which was later demolished in 2019. The main site, accessed off Stanks Gardens is approximately 0.91 hectares and is bound by residential properties to the North West boundary and local Community centre to the East West boundary. 2 plots are to be located off Swarcliffe Avenue in between existing dwelling and substation. The site was purchased from Leeds City Council and planning permission has been granted and received.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,790,106       
      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: Due to the value of this project, any tender process is governed by the regulations of the Public Contracts Regulations (2015) and will therefore be subject to the same processes and timeframes required.

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 cover 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 Appendix 2. All bidders should ensure that this is completed fully and in as much detail as possible.

The overall process will be scored against the Most Economically Advantageous Tender (MEAT) principle.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Responses to Technical and Site Specific Questions / Weighting: 30
                        
            Cost criterion - Name: Pricing Submission through a completed Contract Sum Analysis / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,790,106       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 16       
      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:          
      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 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: 14/08/2023 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: 31/12/2023
      
      IV.2.7) Conditions for opening of tenders:
         Date: 14/08/2023
         Time: 17:15
      

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: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./CC55HQF7S2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CC55HQF7S2
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater Limited
       Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
       Tel. +44 7387024336
   VI.4.2) Body responsible for mediation procedures:
             Stonewater Limited
          Suite C, Lancaster House, 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
       Suite C, Lancaster House, 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: 19/06/2023

Annex A


View any Notice Addenda

View Award Notice