ForHousing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Ordsall Dock 5 PRS Scheme |
Notice type: | Contract Notice |
Authority: | ForHousing |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | A contract for the design and construction of the Ordsall Dock 5 PRS scheme, comprising of the design and construction of approximately 389 residential units. |
Published: | 29/05/2019 14:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@forviva.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk/, Address of the buyer profile: www.forhousing.co.uk
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-Eccles:-Construction-work./3Y4F83J473
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/3Y4F83J473 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: Ordsall Dock 5 PRS Scheme
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: A contract for the design and construction of the Ordsall Dock 5 PRS scheme, comprising of the design and construction of approximately 389 residential units.
II.1.5) Estimated total value:
Value excluding VAT: 48,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This procurement exercise is being undertaken in order to secure a main contractor to deliver the Ordsall Dock 5 PRS scheme located in Ordsall, Salford on a fixed price design and build basis, with the intention of starting on site by October 2019 (the “Contract”). The site, that is bordered by the Irwell, Ordsall Lane, a “sister” site being developed by Fortis (Bridgewater Wharf) and Fairbrother Street, has already been purchased (in January 2019)and is in the ownership of ForHousing. Planning permission for 375 apartments was granted in May 2018, although under delegated authority, it is anticipated that the planners will approve the scheme increasing to 389 properties. The properties are being developed for market rent and the letting and management of apartments will be undertaken by the Forviva Group's commercial subsidiary ForLiving. As the owner of the site, ForHousing will be the ultimate client for the scheme, though it will be contracting through the ForViva’s Group’s development vehicle, ForViva DevCo Limited. Accordingly, ForViva DevCo will be the “Employer” under the Contract. The homes to be constructed under the Contract are a mixture of Studio, 1 bed, 2 bed and 3 bed apartments and 3 bed and 4 bed duplex apartments. There are also 3 x commercial units facing onto Ordsall Lane and 95 x undercover car parking spaces. The Employers Agent on the scheme will be Savills and it will be a condition of the Contract that the main contractor appoints Liberty (an entity within the ForViva Group) to undertake all the M&E works under a sub-contract arrangement. It is also a requirement that the architect and structural engineers namely Falconer Chester Hall and Clancy Consulting Engineers respectively, will be novated to and be employed by the successful design and build contractor. As the main contractor, the selected contractor will have sole responsibility for the delivery of the Contract and will be required to manage and co-ordinate its supply chain (including consultants, sub-contractors and suppliers) accordingly.
The main contractor that is chosen following the conclusion of this procurement process will be required to work with ForHousing and its professional team in a spirit of constructive partnership to finalise and agree the scheme design, specification, programme and contract sum, and to ultimately deliver the works required by ForHousing under the Contract.
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: 48,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2019 / End: 31/08/2022
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 minimum number: 5
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: 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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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:
Please refer to the Selection Questionnaire
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
As set out in the procurement documents
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 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 - NO
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: 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: Yes
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: 29/06/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/07/2019
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: Not Provided
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 No
Electronic payment will be used No
VI.3) Additional Information: All communication in respect of the bid process shall be via Delta e-tendering. The information and/ordocuments for this opportunity are available on https://www.delta-esourcing.com. If you experience anytechnical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com .
In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire and the tender documents are being made available to Applicants via the Delta system from the date of issue of this Contract Notice. However, as the Authority is following the restricted procedure to procure the Contract, interested Applicants are initially only required to submit a completed Selection Questionnaire by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the Selection Questionnaire evaluation will be required to submit a tender for the Contract in response to the Invitation to Tender (ITT).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Construction-work./3Y4F83J473
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3Y4F83J473
VI.4) Procedures for review
VI.4.1) Review body:
High Court
The Stand, London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court
The Stand, London, United Kingdom
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
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 29/05/2019
Annex A
View any Notice Addenda
UK-Eccles: Construction work.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@forviva.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk/, Address of the buyer profile: www.forhousing.co.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Ordsall Dock 5 PRS Scheme 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: A contract for the design and construction of the Ordsall Dock 5 PRS scheme, comprising of the design and construction of approximately 389 residential units.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 30/05/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 231255
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 29/05/2019
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: 29/06/2019
Local Time: 12:00
Read:
Date: 28/06/2019
Local Time: 12:00
VII.2) Other additional information: In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire and the tender documents are being made available to Applicants via Delta. Interested Applicants are initially only required to submit a completed Selection Questionnaire by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the Selection Questionnaire evaluation
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=402208610
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@forviva.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk/, Address of the buyer profile: www.forhousing.co.uk
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.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: Ordsall Dock 5 PRS Scheme
Reference number: 20190529-006766
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: A contract for the design and construction of the Ordsall Dock 5 PRS scheme, comprising of the design and construction of approximately 389 residential units.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 48,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This procurement exercise is being undertaken in order to secure a main contractor to deliver the Ordsall Dock 5 PRS scheme located in Ordsall, Salford on a fixed price design and build basis, with the intention of starting on site by October 2019 (the “Contract”). The site, that is bordered by the Irwell, Ordsall Lane, a “sister” site being developed by Fortis (Bridgewater Wharf) and Fairbrother Street, has already been purchased (in January 2019)and is in the ownership of ForHousing. Planning permission for 375 apartments was granted in May 2018, although under delegated authority, it is anticipated that the planners will approve the scheme increasing to 389 properties. The properties are being developed for market rent and the letting and management of apartments will be undertaken by the Forviva Group's commercial subsidiary ForLiving. As the owner of the site, ForHousing will be the ultimate client for the scheme, though it will be contracting through the ForViva’s Group’s development vehicle, ForViva DevCo Limited. Accordingly, ForViva DevCo will be the “Employer” under the Contract. The homes to be constructed under the Contract are a mixture of Studio, 1 bed, 2 bed and 3 bed apartments and 3 bed and 4 bed duplex apartments. There are also 3 x commercial units facing onto Ordsall Lane and 95 x undercover car parking spaces. The Employers Agent on the scheme will be Savills and it will be a condition of the Contract that the main contractor appoints Liberty (an entity within the ForViva Group) to undertake all the M&E works under a sub-contract arrangement. It is also a requirement that the architect and structural engineers namely Falconer Chester Hall and Clancy Consulting Engineers respectively, will be novated to and be employed by the successful design and build contractor. As the main contractor, the selected contractor will have sole responsibility for the delivery of the Contract and will be required to manage and co-ordinate its supply chain (including consultants, sub-contractors and suppliers) accordingly.
The main contractor that is chosen following the conclusion of this procurement process will be required to work with ForHousing and its professional team in a spirit of constructive partnership to finalise and agree the scheme design, specification, programme and contract sum, and to ultimately deliver the works required by ForHousing under the Contract.
II.2.5) Award criteria:
Not Provided
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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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: No
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 105-254601
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: TED85/2019-231255
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/10/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bridgestone Construction Limited, 06379728
Hyde Park House, Greater Manchester, United Kingdom
NUTS Code: UK
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: 48,000,000
Total value of the contract/lot: 48,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire and the tender documents are being made available to Applicants via the Delta system from the date of issue of this Contract Notice. However, as the Authority is following the restricted procedure to procure the Contract, interested Applicants are initially only required to submit a completed Selection Questionnaire by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the Selection Questionnaire evaluation will be required to submit a tender for the Contract in response to the Invitation to Tender
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=484033764
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Stand, London, United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court
The Stand, London, United Kingdom
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
London, United Kingdom
VI.5) Date of dispatch of this notice: 24/03/2020