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