Capital Works Contractor Framework.
Contract notice
Works
Section I: Contracting authority
Broadacres Services Limited
Broadacres House, Mount View, Standard Way, North Yorkshire
For the attention of: Mr Andrew Garrens
DL6 2YD Northallerton
UNITED KINGDOM
Telephone: +44 1609767933
E-mail: [email protected]
Fax: +44 1609777017
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0728
Electronic access to information: http://www.mytenders.org
Electronic submission of tenders and requests to participate: http://www.mytenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Broadacres Housing Association
Mulberry Homes Yorkshire
York Housing Association
Selby District Council
Selby and District Housing Trust
Yorkshire Coast Homes
Section II: Object of the contract
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: North Yorkshire and surrounding areas.
NUTS code UKE
maximum number of participants to the framework agreement envisaged: 21
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 0,01 and 157 000 000 GBP
The Authority provides homes for rent, shared ownership and outright sale as well as providing a range of support services to a variety of client groups requiring extra care. The intention of The Authority is to improve service and quality to their customers when building new homes.
The Authority has headquarters in Northallerton and together with its affiliates operates predominantly in North Yorkshire and has housing stock in Hambleton, Darlington, Richmondshire, Harrogate, Redcar and Cleveland, Ryedale, Scarborough, Selby, East Riding of Yorkshire, York and Leeds.
The Authority wishes to procure a Framework Agreement for use by itself and its affiliates, pursuant to which it is envisaged that contracts will be let to Providers within the Framework Agreement for the provision of new build housing and associated external work.
Under the Framework Agreement the Authority and each of its affiliates will have the option to call off contracts with individual Suppliers as and when works are required, though Suppliers should note that, under the Framework Agreement, neither the Authority nor its affiliates shall be under any obligation to the Framework. The Framework will also be available to joint ventures in which the Authority or any of its affiliates participates.
The intention is to separate the Framework Agreement into 3 Lots and appoint a minimum of 5 and a maximum of 7 contractors as Providers for each Lot. The Framework Agreement will provide a mechanism for issuing contracts on a call off basis but there is no guaranteed minimum value and no guaranteed minimum number of contracts that will be awarded to each Provider within the Framework.
The lots are divided on contract value:
Lot 1 Projects with a Value of 0-1 000 000 GBP
Lot 2 Projects with a Value of 1 000 000-3 000 000 GBP
Lot 3 Projects with a Value of over 3 000 000 GBP
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=158431
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.45211100, 45211200, 45211341, 45211340
Tenders may be submitted for one or more lots
Mulberry Homes Yorkshire: 132, 215, 322, 330
Broadacres Housing Association: 70, 70, 70, 70
Broadacres Service Limited: 35, 40, 45, 45
York Housing Association: 10, 10, 10, 10
Selby: 35, 35, 35, 0
Yorkshire Coast Homes: Numbers to be advised.
Totals: 282, 370, 482, 455.
Whilst it is the intention for Mulberry Homes Yorkshire to use the Framework, the company is not subject to the Public Contracts Regulations 2015 and will have the option to procure works from Providers who are not part of the Framework.
As an estimate only, the Authority considers the value of the works (in terms of total amounts payable in aggregate to all appointed contractors) over the 4 year duration of the framework may be approximately as follows:-
Lot 1:Total over 4 years 23 000 000 GBP. Average Annual Total 5 750 000 GBP
Lot 2:Total over 4 years 55 000 000 GBP. Average Annual Total 13 750 000 GBP
Lot 3:Total over 4 years 79 000 000 GBP. Average Annual Total 19 750 000 GBP.
Information about lots
Lot No: 1 Lot title: New Build Housing Projects with a Value of 0.01-1 000 000 GBP45211100, 45211200, 45211341, 45211340
Estimated value excluding VAT:
Range: between 0 and 23 000 000 GBP
45211100, 45211200, 45211341, 45211340
Estimated value excluding VAT:
Range: between 0 and 55 000 000 GBP
45211100, 45211200, 45211341, 45211340
Estimated value excluding VAT:
Range: between 0 and 79 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: All mandatory and discretionary criteria for selection as set out in the PQQ, ITT and the tender supporting documents. The terms and Particulars of the Framework Agreement will be JCT 2011 Framework Agreement as amended and incorporating the special contract terms and conditions included in the supporting tender documents.
The Framework Agreement will provide a mechanism for issuing contracts on a call off basis. The call off works contracts will be carried out utilising one of the following forms of contract as the underlying contract:
- JCT 2011 Design and Build Contract,
- JCT 2011 Intermediate Contract with Contractors Design,
- JCT 2011 Standard Building Contract with Quantities,
- JCT 2011 Pre Construction Services Agreement,
- PPC 2000 (2013 Edition) Standard Form of Contract for Project Partnering.
The standard forms of contract will be amended by and will incorporate the special conditions for underlying contracts contained in the ITT and supporting tender documents.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Further information is provided in the PQQ and the tender supporting documents.
Candidates shall refer to the information required as set out in the PQQ, ITT and the tender supporting documents.
Minimum level(s) of standards possibly required: All candidates will be required to meet the minimum levels of economic and financial standing set by the Authority in the PQQ, ITT and the tender supporting documents.
Candidates shall refer to the information required as set out in the PQQ, ITT and the tender supporting documents.
Minimum level(s) of standards possibly required:
Candidates shall refer to the information required as set out in the PQQ, ITT and the tender supporting documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Candidates will be shortlisted based on the criteria set out in the PQQ and the tender supporting documents.
Section VI: Complementary information
The Authority reserves the right to cancel the procurement at any stage. The Authority does not accept liability for any cost incurred in the PQQ and tender stage.
(MT Ref:158431).
Broadacres Services Ltd
Broadacres House, Mount View, Standard Way
DL6 2YD Northallerton
UNITED KINGDOM