Notting Hill Genesis is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Constructor Framework for Development Programme |
Notice type: | Contract Notice |
Authority: | Notting Hill Genesis |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Procurement of a framework of constructors to support NHH in their development programme |
Published: | 13/09/2016 12:25 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Notting Hill Housing Trust
Bruce Kenrick House, London, N1 9FL, United Kingdom
Email: tenders@camerons.uk.com
Main Address: http://www.nottinghillhousing.org.uk
NUTS Code: UKI
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: www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via 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: Constructor Framework for Development Programme
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Procurement of a framework of constructors to support NHH in their development programme
II.1.5) Estimated total value:
Value excluding VAT: 10,800,000,000
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.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211350 - Multi-functional buildings construction work.
45211360 - Urban development construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45212100 - Construction work of leisure facilities.
45213110 - Shop buildings construction work.
45213112 - Shop units construction work.
45215100 - Construction work for buildings relating to health.
45214700 - Construction work for halls of residence.
45215210 - Construction work for subsidised residential accommodation.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Procurement of a framework of constructors to undertake works which will support NHH fully in their development programme. The programme is varied and further information is provided within the procurement documentation.
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: 10,800,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 30
Objective criteria for choosing the limited number of candidates: Please see procurement documentation
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:
There are specific professional memberships/accreditations required to participate in this procurement - please refer to procurement documentation for full detail.
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: Yes
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
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: Framework Agreement will last for an initial term of 4 years with option to extend for further 1 year at NHHT’s discretion giving maximum potential term of 5 years. Justification is that this Framework Agreement is being procured to support 5 year development business plan we wish to have the ability to call off contracts with consultants under the Framework at any point during such 5 year period.
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: 2016/S 89 - 155833
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/10/2016 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/11/2016
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 Yes
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 and applicants should fully review the information memorandum which sets out the broad scope, nature and size of projects which may be called off through this framework and satisfy themselves that they have the necessary capacity and capability to participate. Applicants should note that the estimated value of the Framework Agreement and each Framework Lot as set out in this Notice is based on NHHT’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement. NHHT reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHHT will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their PQQ or tender submissions. The Framework Agreement will be open to use by the following organisations:
o Notting Hill Housing Trust (NNHT)
o Any entity within the same group of companies as NHHT from time to time (an “NHHT Group Member”);
o any entity or joint venture company that NHHT or any other NHHT Group Member holds an interest in from time to time; and
o any Social Housing Provider operating in the Greater London region. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and
Communities Agency (or its successor body)), local authorities and Arms Length Management Organisations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./5D45YS9G9T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5D45YS9G9T
VI.4) Procedures for review
VI.4.1) Review body:
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
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:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 13/09/2016
Annex A
View any Notice Addenda
UK-London: Construction work.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Notting Hill Housing Trust
Bruce Kenrick House, London, N1 9FL, United Kingdom
Email: tenders@camerons.uk.com
Main Address: http://www.nottinghillhousing.org.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Constructor Framework for Development Programme Reference number: Not Provided
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: Procurement of a framework of constructors to support NHH in their development programme
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 11/10/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 188251
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 13/09/2016
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: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 14/10/2016
Local Time: 12:00
Read:
Date: 21/10/2016
Local Time: 12:00
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=222556811
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Notting Hill Housing Trust
Bruce Kenrick House, London, N1 9FL, United Kingdom
Email: tenders@camerons.uk.com
Main Address: http://www.nottinghillhousing.org.uk
NUTS Code: UKI
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Constructor Framework for Development Programme
Reference number: 2016/S 180-322183
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Procurement of a framework of constructors to support NHH in their development programme
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 10,800,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211350 - Multi-functional buildings construction work.
45211360 - Urban development construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45212100 - Construction work of leisure facilities.
45213110 - Shop buildings construction work.
45213112 - Shop units construction work.
45215100 - Construction work for buildings relating to health.
45214700 - Construction work for halls of residence.
45215210 - Construction work for subsidised residential accommodation.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Procurement of a framework of constructors to undertake works which will support NHH fully in their development programme. The programme is varied and further information is provided within the procurement documentation.
II.2.5) Award criteria:
Quality criterion - Name: Quality Criteria / Weighting: 60
Cost criterion - Name: Cost Criteria / Weighting: 40
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: Yes
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 89-155833
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: Not Provided
Lot Number: Not Provided
Title: Constructor Framework for Development Programme
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/05/2017
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 23
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ardmore Construction Limited
Middlesex, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Bouygues (UK) Limited
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Bugler Developments Limited
Rickmansworth, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Cablesheer Construction Limited
Kent, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: Yes
Contractor (No.5)
Durkan Limited
Hertfordshire, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.6)
Galliford Try Partnership Limited
Middlesex, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.7)
Glenman Corporation Limited
Surrey, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.8)
Guildmore Limited
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.9)
Henry Construction Projects Limited
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.10)
Higgins Construction PLC
Essex, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 10,800,000,000
Total value of the contract/lot: 10,800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Constructor Framework for Development Programme
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/05/2017
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 10 (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: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Hill Partnerships Limited
Essex, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.2)
Keepmoat Regeneration Limited
Doncaster, United Kingdom
NUTS Code: UKE31
The contractor is an SME: No
Contractor (No.3)
Kier Construction Limited
Bedfordshire, United Kingdom
NUTS Code: UKH2
The contractor is an SME: No
Contractor (No.4)
Kind & Company (Builders) Limited
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Lovell Partnership Limited
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Mulalley & Co Limited
Essex, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No
Contractor (No.7)
Rooff Limited
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.8)
Rydon Construction Limited
East Sussex, United Kingdom
NUTS Code: UKJ22
The contractor is an SME: No
Contractor (No.9)
Taylor French Developments Limited
Bedfordshire, United Kingdom
NUTS Code: UKH2
The contractor is an SME: Yes
Contractor (No.10)
Thomas Sinden Limited
Essex, 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: 10,800,000,000
Total value of the contract/lot: 10,800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Constructor Framework for Development Programme
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/05/2017
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 10 (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: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
United Living (South) Limited
Kent, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: No
Contractor (No.2)
Wates Construction Limited
Surrey, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.3)
Willmott Partnership Homes Limited
Hertfordshire, United Kingdom
NUTS Code: UKH2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 10,800,000,000
Total value of the contract/lot: 10,800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The Framework Agreement will be open to use by the following organisations:
o Notting Hill Housing Trust (NNHT)
o Any entity within the same group of companies as NHHT from time to time (an “NHHT Group Member”);
o any entity or joint venture company that NHHT or any other NHHT Group Member holds an interest in from time to time; and
o any Social Housing Provider operating in the Greater London region. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and
Communities Agency (or its successor body)), local authorities and Arms Length Management Organisations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=259818433
VI.4) Procedures for review
VI.4.1) Review body
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
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
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice: 15/06/2017