SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)Catalyst Housing Group Limited on behalf of itself and members of the Catalyst Housing Group
Ealing Gateway, 26-30 Uxbridge Road
Contact: Adam Randall
Attn: Adam Randall
W5 2AU Ealing
UNITED KINGDOM
Tel. +44 2088323334
E-mail:
Fax +44 2088323334
Internet address(es)
General address of the contracting authority www.chg.org.uk
Further information can be obtained at: EC Harris LLP
ECHQ 34 York Way
Contact: Chris Louis
Attn: Chris Louis
N1 9AB London
UNITED KINGDOM
Tel. +44 20781222847
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: EC Harris LLP
ECHQ 34 York Way
Contact: Chris Louis
Attn: Chris Louis
N1 9AB London
UNITED KINGDOM
Tel. +44 2078122847
E-mail:
Tenders or requests to participate must be sent to: EC Harris LLP
ECHQ 34 York Way
Contact: Chris Louis
Attn: Chris Louis
N1 9AB London
UNITED KINGDOM
Tel. +44 2078122847
E-mail:
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESBody governed by public law
Housing and community amenities
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 authorityWornington green phase 1.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Main site or location of works Wornington Green Estate, Portobello Road, London W10.
NUTS code UKI11
II.1.3)The notice involvesA public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The Employer intends to undertake a full redevelopment of the Wornington Green Estate in the Royal Borough of Kensington and Chelsea over a series of phases. This project is for the delivery of the first phase of the development which comprises the design and construction of three blocks (Blocks 1-3).
The Employer intends to engage a contractor on a fixed lump sum price for the delivery of Phase 1 and its constituent parts namely Blocks 1, 2 and 3 together with associated infrastructure and landscaping. The works will constitute the decant of the tenants from the existing buildings on the site and the delivery of 324 new mixed tenure units.
Further details are given in the market brief and pre-qualification questionnaire Documents.
II.1.6)Common procurement vocabulary (CPV)45000000 - IA01 - IA16 - IA36
II.1.7)Contract covered by the Government Procurement Agreement (GPA)No
II.1.8)Division into lotsNo
II.1.9)Variants will be acceptedYes
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeConstruction of Phase 1 incorporating Blocks 1, 2 & 3, including infrastructure and non-residential elements including decant of existing tenants.
Further details are given in the market brief and pre-qualification questionnaire Documents.
Excluding VAT 65 000 000,00 GBP
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETIONDuration in months: 45 (from the award of the contract)
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees requiredPerformance bonds, collateral warranties and parent company guarantees and deposits may be required. Requirements will be set out in the invitation to tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating themDetails will be set out in the invitation to tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedIn the event of a group of applicants submitting an acceptable offer it will be necessary to provide an undertaking that each will be jointly and severally liable and responsible for the due performance of the contract.
III.1.4)Other particular conditions to which the performance of the contract is subjectYes
Bidders who satisfy any of the criteria for rejection set out in Article 45 of the EU Public Procurement Directive 2004/18 and clause 23 of SI 2006 No.5 shall be treated as ineligible. Bidders may be requested to provide such evidence as is reasonably necessary to allow the contracting authority to establish the aforementioned criteria do not apply to them.
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if requirements are met: As set out in the market brief and pre-qualification questionnaire.
III.2.2)Economic and financial capacityInformation and formalities necessary for evaluating if requirements are met: As set out in the market brief and pre-qualification questionnaire.
Minimum level(s) of standards possibly required As set out in the market brief and pre-qualification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met:
As set out in the market brief and pre-qualification questionnaire.
Minimum level(s) of standards possibly required
As set out in the market brief and pre-qualification questionnaire.
III.2.4)Reserved contractsNo
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure: The economy would be boosted by the rapid execution of this major contract.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5 maximum number 6
Objective criteria for choosing the limited number of candidates: As set out in the market brief and pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteriaThe 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)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contractNo
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate18.7.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENTNo
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDSNo
VI.3)ADDITIONAL INFORMATIONAs set out in the market brief and pre-qualification questionnaire.
The client is not bound to accept the lowest or any bids and confirms that being selected for the issue of invitation to tender documentation does not constitute any form of instruction or guarantee. As such the client accepts no responsibility for any costs in relation to the preparation of the expression of interest nor for any costs in respect of preparing a tender.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal proceduresThe High Court of England
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:6.7.2011