Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Hightown Praetorian and Churches Housing Association
Hightown House, Maylands Av
For the attention of: BPM Project Management
HP2 4XH Hemel Hempstead
UNITED KINGDOM
Telephone: +44 2074874432
E-mail:
Internet address(es):
General address of the contracting authority: www.hpcha.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1204
Further information can be obtained from: BPM Project Management
22 Grove Crescent Road
E15 1BJ London
UNITED KINGDOM
Telephone: +44 2074874432
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: BPM Project Management
22 Grove Crescent Road
For the attention of: Adele Catchpole
E15 1BJ London
UNITED KINGDOM
Telephone: +44 2074874432
E-mail:
Tenders or requests to participate must be sent to: BPM Project Management
22 Grove Crescent Road
For the attention of: Sean Meier
E15 1BJ London
UNITED KINGDOM
Telephone: +44 2074874432
E-mail:
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: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Heart of Maylands.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: Former site of HSBC offices, Maylands Avenue, Hemel Hempstead HP2 4SE.
NUTS code UKH23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Design and construction of Mixed use Multi Tenure scheme consisting of 2 number 4-8 storey blocks containing 130 residential flats, commercial space and church hall including worship area, plus ancilliary external works and parking.
II.1.6)Common procurement vocabulary (CPV)45215214, 45000000, 45213110, 45212361, 45210000, 45111291
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: no
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:
13 000 m² of residential flats and commercial/retail shell and core
Estimated value excluding VAT: 18 000 000 GBP
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 Starting 31.3.2015. Completion 31.3.2017
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits or guarantees required will be set out in the Contract Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any financing conditions or payment arrangements will be set out in the Contract Documents.
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 or a lead contracting entity to assume primary liability supported by performance guarantees from other consortium members. The Contracting Authority will address this in further detail during PQQ evaluation.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire (the PQQ) in accordance with the Public Contracts Regulations 2006.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out 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: and maximum number 5
Objective criteria for choosing the limited number of candidates: Refer to 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)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:
IV.3.2)Previous publication(s) concerning the same contractNotice on a buyer profile
Notice number in the OJEU: 2014/S 83-143865 of 29.4.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 31.10.2014
IV.3.4)Time limit for receipt of tenders or requests to participate4.11.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates11.11.2014
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 information
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works only at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant's/tenderer's risk.
(MT Ref:141180)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHigh Court in London; High Court of England and Wales
Royal Courts of Justice, Strand
WC1A 2LL London
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:29.9.2014