Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Development Framework (Constructors) |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The establishment of a Framework Agreement with a number of "Constructors" to support Southern Housing Group (SHG) deliver its "Development Programme" comprising of predominantly new build housing for sale, market rent and low cost rent. Further information regarding the scope of the framework is set out in the Procurement Documents. |
Published: | 13/12/2016 22:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.uk
Main Address: www.shgroup.org.uk
NUTS Code: UKJ
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: Yes.
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-London:-Construction-work./R23E92EN6V
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: Development Framework (Constructors)
Reference Number: 10287-1
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The establishment of a Framework Agreement with a number of "Constructors" to support Southern Housing Group (SHG) deliver its "Development Programme" comprising of predominantly new build housing for sale, market rent and low cost rent. Further information regarding the scope of the framework is set out in the Procurement Documents.
II.1.5) Estimated total value:
Value excluding VAT: 701,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or more lots in any combination. However the Authority reserves the right to limit the number of lots awarded to any Tenderer based on financial turnover limits; further details are set out in the Procurement Documents. The Authority will apply the award criteria set out in the Procurement Documents in relation to the award of lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - London Region (Projects <12m GBP)
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 – London (Projects >12m GBP)
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 – East & South East (Projects <12m GBP)
Lot No: 3
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 – East & South East (Projects >12m GBP)
Lot No: 4
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 5
II.2.1) Title: Lot 5 – West & South West (Projects <12m GBP)
Lot No: 5
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 6
II.2.1) Title: Lot 6 – West & South West (Projects >12m GBP)
Lot No: 6
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 7
II.2.1) Title: Lot 7 – Isle of Wight (Project <12m GBP)
Lot No: 7
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKJ34 Isle of Wight
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 6 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 3 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
II.2) Description Lot No. 8
II.2.1) Title: Lot 8 – All Regions (Projects >30m GBP)
Lot No: 8
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211300 - Houses construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The "Works" comprise of the design and build of new build housing as part of the Authority's "Development Programme". Works will be called-off under the Framework Agreement. Call-Off contracts will be predominantly JCT Suite of Contracts, most notably, JCT Design and Build Contract 2016 under both single and two stage D&B models. Constructors will be required to provide full design services including fulfilling the role of "Principal Designer" and "Principal Contractor".
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial term of the Framework is 4 years (48 months). The Authority exercises the right to extend for a further 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
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: Yes
Identification of the project: Some of the contracts that are called off under the Framework Agreement over its term may be financed by EU funds
II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.
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:
Applicants will be required to complete a Supplier Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts
Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.
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
The Framework Agreement and the Conditions of Contract for each "Call-Off" Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.
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 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 38
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: The Authority is establishing the Framework Agreement up to a maximum period of 5 years (60 months) in order to align with its "Development Programme" which is also established on the basis of a 5-year business plan. The Authority is justified in awarding an Agreement over this period to ensure consistency of service delivery and value for money.
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 154 - 278324
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/01/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/02/2017
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): 6
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 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.
Applicants should note that the estimated value of the Framework Agreement and each Framework Lot as set out in this Notice is based on SHG’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement.”
SHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. SHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their SQ or tender submissions.
The Framework Agreement will be open to use by the following organisations:
- Southern Housing Group (SHG)
- Any entity within the same group of companies as SHG from time to time (an “SHG Group Member”);
- any entity or joint venture company that SHG or any other SHG Group Member holds an interest in from time to time; and
- any Social Housing Provider operating in any of the regions that the Framework Agreement covers. “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. A list of current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./R23E92EN6V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R23E92EN6V
VI.4) Procedures for review
VI.4.1) Review body:
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.uk
Internet address: www.shgroup.org.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:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
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: 13/12/2016
Annex A