Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)One Housing Group
100 Chalk Farm Road
For the attention of: Cora Marler
NW1 8EH London
UNITED KINGDOM
Telephone: +44 2070619259
Internet address(es):
General address of the contracting authority: http://www.sweettgroup.com
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0441
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: Sweett Group Ltd
60 Gray's Inn Road
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619259
Internet address: http://www.sweettgroup.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sweett Group Ltd
60 Gray's Inn Road
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619259
Internet address: http://www.sweettgroup.com
Tenders or requests to participate must be sent to: Sweett Group Ltd
60 Gray's Inn Road
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619259
Internet address: http://www.sweettgroup.com
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
One Housing Group
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:One Housing Group Contractors Framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: London and South East.
NUTS code UKI
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)One Housing Group (OHG) is a leading provider of housing, care and support across London and the South East managing over 15 000 homes in 26 boroughs. OHG strives to develop high quality housing to meet local needs. OHG are driven by choice, innovation and quality that make a difference to people's lives. Our focus is to design and build beautiful homes, to deliver high quality services and support to make our properties great places to live.
OHG has an outstanding record in development and regeneration. OHG currently have a large portfolio of over 15 000 homes including:
- Affordable/Target rent
- Shared ownership
- Outright sale
- Intermediate rent
- Supported housing
OHG wishes to establish a Framework Agreement for Contractors. has a significant development programme, and it is anticipated that up to 1 500 units per annum could be delivered through the Framework Agreements across the geographical areas of operation. The estimated total contract value during the life of the four year framework is GBP 500 000 000.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=108576
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)45211100, 45211300, 45210000, 45211000, 45453100
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The estimated total contract value of the framework is 500,000,000.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Works Contractor - Projects from 0 to 5 million1)Short descriptionThis lot covers contractor works from 0 to 5m
2)Common procurement vocabulary (CPV)45211100, 45211300, 45210000, 45211000, 45453100
3)Quantity or scopeThe estimated total contract value of the framework is 500,000,000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Works Contractor - Projects between 4 - 12 million1)Short descriptionThis lot covers contractor works between 4 to 12 million.
2)Common procurement vocabulary (CPV)45211100, 45211300, 45210000, 45453100, 45211000
3)Quantity or scopeThe estimated total contract value of the framework is 500,000,000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Works Contractor - Projects over 10 million1)Short descriptionThis lot covers works contractor services over 10m
2)Common procurement vocabulary (CPV)45211100, 45210000, 45211300, 45453100, 45211000
3)Quantity or scopeThe estimated total contract value of the framework is 500,000,000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:A performance bond or guarantee may be required. Appropriate levels of insurance will also be required. Further information will be provided within the PQQ and tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:All financing conditions and payment arrangements will be set out in the PQQ and tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:No legal form is required. If the candidate is a joint venture or consortium, the Contracting Authority shall require members
to accept joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Contractors may be required to participate in the achievements of social/ or environmental policy objectives relating to recruitment, training, and supply chain initiatives. Accordingly contract performance conditions may relate to the social and environmental considerations.
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 the requirements are met: Candidates are referred to Regulation 23 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation generally.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Candidates are referred to Regulation 24 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation generally.
Minimum level(s) of standards possibly required: Candidates may be subject to an independent financial check. Further information will be provided in the PQQ and Tender documentation generally.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Candidates are referred to Regulation 25 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation.
Minimum level(s) of standards possibly required:
Candidates applying will be required to pass a Competency Assessment based on the Construction (Design and Management)Regulations 2007 Approved Code of Practice. Details are provided in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
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)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:SG/104983
IV.3.2)Previous publication(s) concerning the same contract
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 participate12.11.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates28.11.2013
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationThe Contracting Authority reserves the right to cancel the procurement process at any stage. The Contracting Authority
does not accept liability for any cost incurred in tendering.
(MT Ref:108576)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHigh Court of England & Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
High Court of England & Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Candidates are referred to the Public Contract Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtainedCabinet Office
Rosebery Court St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail:
VI.5)Date of dispatch of this notice:8.10.2013