Tenders

United Kingdom-Cwmbran: Construction work tender

United Kingdom-Cwmbran: Construction work tender

Official EU reference: 363461-2013

Procurer reference: C/13/W/002

Published on: 29/10/2013

Deadline date:25/11/2013

Location where the contract is to be carried out: Gwent Valleys

Name of the buying organisation: BRON AFON COMMUNITY HOUSING LTD

Summary of the contract

Design and construction of new build residential housing in the Borough of

Torfaen.

Bron Afon is seeking to appoint a range of suitably experienced

contractors and partners to a New Build Contractors Framework. Each

contractor must be able to provide a comprehensive package of services to

cover the complete design and build of housing and all associated and

ancillary works.

Works and services may include advice and consultancy, planning support,

design and technical support, land purchase, sales and marketing of new

homes, demolition and clearance works, site preparation, ground works,

foundation, landscaping and infrastructure works to support delivery of

new homes; and site construction of houses, flats, multi-dwelling

buildings, supported housing and sheltered housing, garages,

multi-function buildings and conversion of commercial properties to

residential. Build methods are likely to include traditional,

non-traditional and innovative/new methods.

The Framework will be split into 4 LOTs:

— Lot1: The development of up to 2 units,

— Lot2: The development of 3-5 units,

— Lot3: The development of 6-10 units,

— Lot4: The development of 11+ units.

Contractors can be appointed to individual or multiple lots and future

contracts may include single or multiple sites. The scale of developments

will range from small sites (1 units) to larger plots with 25+units. It is

envisaged approximately 100+ units will be delivered throughout the

lifetime of this Framework. Contracts for work will be awarded following

mini-competitions, open to Framework holders and linked to specific

schemes.

Bron Afon Community Housing is committed to achieving economic, social and

environmental well-being for its residents and implementing the Community

Strategy so as to ensure a better quality of life for everyone, now and

for generations to come. To achieve this it commits to the following

actions to the fullest extent possible within the relevant legal and

policy frameworks and the available funding:

i) to consider what recruitment and training, equal opportunities and

supply-chain opportunities could be obtained from each services contract;

ii) to include training, equal opportunities and recruitment requirements,

and supply-chain opportunities in its service requirements, where it

considers this appropriate;

iii) to include other social and environmental matters in its service

requirements, where it considers this appropriate; and

iv) to use these requirements in all stages of the selection and contract

award process, and as contract conditions.

Note: To register your interest in this notice and obtain any additional

information please visit the Sell2Wales Web Site at:

http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=2593

CPV: 45000000, 71200000, 71300000, 71500000, 70300000.

Full contract details

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Bron Afon Community Housing Ltd

Ty Bron Afon, William Brown Close, Llantarnam Industrial Park

Contact point(s): Property

For the attention of: Robert Panou

NP44 3AB Cwmbran

UNITED KINGDOM

Telephone: +44 1633620376

E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.bronafon.org.uk

Address of the buyer profile:

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0811

Further information can be obtained from: Bron Afon Community Housing Ltd

Ty Bron Afon, William Brown Close, Llantarnam Industrial Park

Contact point(s): Property

For the attention of: Robert Panou

NP44 3AB Cwmbran

UNITED KINGDOM

Telephone: +44 1633620376

E-mail: [email protected]

Internet address: http://www.bronafon.org.uk

Specifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtained

from: Bron Afon Community Housing Ltd

Ty Bron Afon, William Brown Close, Llantarnam Industrial Park

Contact point(s): Property

For the attention of: Robert Panou

NP44 3AB Cwmbran

UNITED KINGDOM

Telephone: +44 1633620376

E-mail: [email protected]

Internet address: http://www.bronafon.org.uk

Tenders or requests to participate must be sent to: Bron Afon Community

Housing Ltd

Ty Bron Afon, William Brown Close, Llantarnam Industrial Park

Contact point(s): Property

For the attention of: Robert Panou

NP44 3AB Cwmbran

UNITED KINGDOM

Telephone: +44 1633620376

E-mail: [email protected]

Internet address: http://www.bronafon.org.uk

I.2) Type of the contracting authority

Body governed by public law

I.3) Main activity

Housing and community amenities

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting

authorities: no

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Design and construction of new build residential housing in the Borough of

Torfaen.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Works

Design and execution

Main site or location of works, place of delivery or of performance:

Borough of Torfaen.

NUTS code UKL16

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement

Framework agreement with several operators

maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT:

Range: between 4 500 000 and 15 000 000 GBP

Frequency and value of the contracts to be awarded: In accordance with

client needs during the course of the period of the Contract.

II.1.5) Short description of the contract or purchase(s)

Bron Afon is seeking to appoint a range of suitably experienced

contractors and partners to a New Build Contractors Framework. Each

contractor must be able to provide a comprehensive package of services to

cover the complete design and build of housing and all associated and

ancillary works.

Works and services may include advice and consultancy, planning support,

design and technical support, land purchase, sales and marketing of new

homes, demolition and clearance works, site preparation, ground works,

foundation, landscaping and infrastructure works to support delivery of

new homes; and site construction of houses, flats, multi-dwelling

buildings, supported housing and sheltered housing, garages,

multi-function buildings and conversion of commercial properties to

residential. Build methods are likely to include traditional,

non-traditional and innovative/new methods.

The Framework will be split into 4 LOTs:

— Lot1: The development of up to 2 units,

— Lot2: The development of 3-5 units,

— Lot3: The development of 6-10 units,

— Lot4: The development of 11+ units.

Contractors can be appointed to individual or multiple lots and future

contracts may include single or multiple sites. The scale of developments

will range from small sites (1 units) to larger plots with 25+units. It is

envisaged approximately 100+ units will be delivered throughout the

lifetime of this Framework. Contracts for work will be awarded following

mini-competitions, open to Framework holders and linked to specific

schemes.

Bron Afon Community Housing is committed to achieving economic, social and

environmental well-being for its residents and implementing the Community

Strategy so as to ensure a better quality of life for everyone, now and

for generations to come. To achieve this it commits to the following

actions to the fullest extent possible within the relevant legal and

policy frameworks and the available funding:

i) to consider what recruitment and training, equal opportunities and

supply-chain opportunities could be obtained from each services contract;

ii) to include training, equal opportunities and recruitment requirements,

and supply-chain opportunities in its service requirements, where it

considers this appropriate;

iii) to include other social and environmental matters in its service

requirements, where it considers this appropriate; and

iv) to use these requirements in all stages of the selection and contract

award process, and as contract conditions.

Note: To register your interest in this notice and obtain any additional

information please visit the Sell2Wales Web Site at:

http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=2593

II.1.6) Common procurement vocabulary (CPV)

45000000, 71200000, 71300000, 71500000, 70300000

II.1.8) Lots

This contract is divided into lots: yes

Tenders may be submitted for one or more lots

II.1.9) Information about variants

Variants will be accepted: yes

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

In accordance with client needs during the course of the period of the

Contract.

Estimated value excluding VAT:

Range: between 4 500 000 and 15 000 000 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Starting 1.4.2014. Completion 31.3.2018

Information about lots

Lot No: 1

Lot title: The development of up to 2 units

1) Short description

Design and construction of new build housing and all ancillary Works and

services.

2) Common procurement vocabulary (CPV)

45000000, 71200000, 71300000, 71500000, 70300000

3) Quantity or scope

In accordance with client needs during the course of the period of the

Contract.

Lot No: 2

Lot title: The development of 3-5 units

1) Short description

Design and construction of new build housing and all ancillary Works and

services.

2) Common procurement vocabulary (CPV)

45000000, 71200000, 71300000, 70300000

3) Quantity or scope

In accordance with client needs during the course of the period of the

Contract.

Lot No: 3

Lot title: The development of 6-10 units

1) Short description

Design and construction of new build housing and all ancillary Works and

services.

2) Common procurement vocabulary (CPV)

45000000, 71200000, 71300000, 71500000, 70300000

3) Quantity or scope

In accordance with client needs during the course of the period of the

Contract.

Lot No: 4

Lot title: The development of 11+ units

1) Short description

Design and construction of new build housing and all ancillary Works and

services.

2) Common procurement vocabulary (CPV)

45000000, 71200000, 71300000, 70300000

3) Quantity or scope

In accordance with client needs during the course of the period of the

Contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

The Contracting Authority reserves the right to require deposits,

guarantees, parent company guarantees, bonds or other forms of security

which it considers appropriate at the relevant time. Full details will be

made available in the supporting tender documentation. As set out in

Regulation 23-26 of the UK Public Contract Regulations 2006 as amended.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

Joint and several liability and/or provision of a suitable prime

contractor or formation of a joint venture or limited company to act as

the project vehicle. The Contracting Authority welcomes bids from

companies or from consortia/joint ventures. However, legal entities must

be formed before entering into or as a term of the contract.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: no

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements

relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements

are met: As per tender documents and specifications.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: (1) All candidates will be required to provide a reference from

their bank.

(2) All candidates will be required to provide evidence of relevant

professional risk indemnity insurance.

(3) All candidates will be required to provide a statement, covering the 3

previous financial years including the overall turnover of the candidate

and the turnover in respect of the activities which are of a similar type

to the subject matter of this notice.

(4) All candidates will be required to provide statements of accounts or

extracts from those accounts relating to their business.

Will be detailed in a pre-qualification questionnaire and are as set out

in Regulations 24 of the UK Public Contracts Regulations 2006 as amended.

Minimum level(s) of standards possibly required: Bron Afon will use the

D.U.N.S. number to obtain a D&B ‘failure score’ taking into account the

‘risk indicator score’ and ‘financial strength code’. The thresholds set

are as follows: ‘risk indicator score of 1 , 2 or 3’ and ‘financial

strength code of 3 A and above’.

Please note if tendering as a Consortia bid, please provide the lead

Consortia D&B Dun & Bradstreet D.U.N.S registration number. Bron Afon will

request each D&B reports on day of the PQQ submission. The scores detailed

within these reports obtained will be used to assess the above thresholds.

Bron Afon will only select a contractor to tender if it holds Employer’s

Liability and Public Liability insurance to the value of 10 000 000 GBP or

above (as required by legislation) from a reputable provider with

appropriate financial strength.

Contractors must meet the minimum financial threshold as set out in the

pre-qualification questionnaire (PQQ). Contractors who fail to meet the

minimum financial threshold will be excluded from further consideration

and their tenders will not be evaluated by application of the selection

criteria.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

(1) A statement of the candidate’s average annual number of staff and

managerial staff over the previous 3 years

(2) Details of the educational and professional qualifications of their

managerial staff; and those of the person(s) who would be responsible for

providing the services or carrying out the work or works under the

contract;

(3) All candidates will be required to provide certification from an

independent body attesting conformity to environmental management

standards in accordance with the Community Eco-Management and Audit Scheme

(EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by

an independent body attesting the compliance of the economic operator with

quality assurance standards based on the relevant European standards.

Will be detailed in a pre-qualification questionnaire and are as set out

in Regulations 25 of the UK Public Contracts Regulations 2006 as amended

Minimum level(s) of standards possibly required:

Bidders must meet the minimum technical threshold as set out in the PQQ.

Contractors who fail to meet the minimum technical threshold will be

excluded from further consideration and their tenders will not be

evaluated by application of the selection criteria.

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged number of operators: 10

Objective criteria for choosing the limited number of candidates: As per

framework requirements.

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated

in the specifications, in the invitation to tender or to negotiate or in

the descriptive document

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

C/13/W/002

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

IV.3.4) Time limit for receipt of tenders or requests to participate

25.11.2013 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

9.12.2013

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

Section VI: Complementary information

VI.3) Additional information

Interested parties may use their Constructionline accreditation to

demonstrate appropriate elements of the pre-qualification criteria as set

out in the PQQ, providing that the Constructionline accreditation is

deemed to be an active supplier status. Constructionline is the UK

Governmentnational pre qualification register for construction

contractors.

Existing Constructionline members will need to supply their registration

number and complete the supplementary questions on the PQQ.

Non-members of Constructionline are encouraged to register, as it will

simplify the pre-qualification process. Non-members of Constructionline

will be required to complete the full questionnaire.

Bidders must register on: www.sell2wales.gov.uk to provide expression of

interest and download documents. Bidders will also be able to post any

clarification questions.

(WA Ref:2593)

The Contractor shall ensure that all contracts with Subcontractors and

Suppliers which the Contractor intends to procure following the Award

date, and which the Contractor has not, before the date of this Contract,

already planned to award to a particular Subcontractor or Supplier, are

advertised through the Sell2Wales portal (www.sell2wales.co.uk) and

awarded following a fair, open, transparent and competitive process

proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be

required to deliver Community Benefits in support of the authority’s

economic and social objectives. Accordingly, contract performance

conditions may relate in particular to social and environmental

considerations. The Community Benefits included in this contract are:

Bron Afon Community Housing Ltd is committed to contributing to the

social, economic and environmental well-being of the wider community.

Accordingly, the requirement to do so will be part of the award criteria

for this tender as a core requirement. The successful contractor will be

expected to consider opportunities to recruit and train long term

economically inactive persons as part of the workforce delivering this

project, and contractual obligations and/or performance indicators may be

introduced to this effect.

VI.5) Date of dispatch of this notice:

25.10.2013

Classification of the contract

45000000 Construction work

71200000 Architectural and related services

71300000 Engineering services

71500000 Construction-related services

70300000 Real estate agency services on a fee or contract basis

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button