By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of fifty (50) affordable council homes on (a) suitable site(s) available to a developer/bidder within the Borough of Corby, Northamptonshire.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Corby Borough Council
The Corby Cube, George Street
For the attention of: Jacqui Page
NN17 1QG Corby
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.corby.gov.uk

Electronic access to information: http://www.gov.uk/contracts-finder

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)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Provision of fifty (50) affordable council homes on (a) suitable site(s) available to a developer/bidder within the Borough of Corby, Northamptonshire.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
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: The site(s) must be located within the Borough of Corby.

NUTS code UKF23

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)
Corby Borough Council has funding from its own resources and from the Homes and Communities Agency (HCA) under their Affordable Housing Programme 2015-18, to deliver 50 new council homes for affordable rent. The deadline for completion of the works is 15.12.2017.
As the Council does not currently have any suitable sites to deliver a development of this size within the permitted time scales, an OJEU Prior Information Notice was posted last summer to test the market within the Borough.
The authority now wishes to contract with a land owning residential developer to deliver a mixed tenure site (or a collection of smaller sites) within the borough, suitable for council homes and this Single-Stage Fixed Lump Sum Tender has been prepared in response to representations received.
Combined with the authority's own capital budget allocation of 5 750 000 GBP, the HCA Funding of 1 500 000 GBP gives an overall Scheme Budget of 7 250 000 GBP to deliver these homes, as per the HCA Funding Agreement and the specification in this tender. The Council will retain 200 000 GBP to cover internal fees, leaving 7 050 000 GBP for the housing specified in this tender.
The HCA Funding Agreement requires that these 50 new affordable homes are exempt from any Section 106 Planning Contributions and as such, the developer will need to establish the implications of this within their overall development.
Given the lack of Stamp Duty Land Tax (due to partial government funding) the authority would be willing to either:
A) Purchase the land (subject to terms and planning permission) and appoint the developer under a design and build contract to build the Scheme; or
B) Enter into a developer agreement to bulk purchase the completed freehold dwellings that have been designed and built to order for CBC by the developer, including by agreement, any associated communal land / facilities.
The Developer should make their preference known within their tender submission.
Bidders should consult the tender documents which contain full details of the requirements and of the arrangements surrounding this procurement.
The following is extracted from the specification, the whole of which is an integral part of this Notice.
The Scheme shall comprise of the design and construction of the whole of the Works, being:
- 24 No 2 Bed, 4 Person (2B4P) houses;
- 26 No 2 Bed, 4 Person (2B4P) bungalows.
All as per the tender specification and any referenced documents / drawings.
The bungalows shall be grouped in ‘clusters’ of at least 4 to reinforce their status as sheltered accommodation.
The Scheme shall also include all associated plot work, including: gardens, patios, paths, fences, sheds, bin stores, landscaping, water butts, drying facilities and the like and all Works to communal areas, including: access roads, parking areas, street lighting, estate paths, open spaces, hard-standings, soft landscaping, etc.
The services provided by the developer within their tender price shall include (although not necessarily be limited to) the following:
- Developer's legal and conveyancing costs;
- All surveys, ground investigations and expert reports;
- Diversion, disconnection and / or protection of existing services;
- Asbestos removal, demolition, site clearance and disposal of waste;
- Site remediation;
- Stopping-up Orders and The Party Wall Act 1996;
- Design, including architectural, civil and structural engineering, building services and landscaping;
- Obtain all statutory consents including full Planning Permission and Building Control Approval and the discharge of all associated Conditions;
- The design, erection, use and dismantling of all temporary works;
- Construction of the Works;
- Provision of new Services, including all: permissions, agreements, fees, charges, works, costs and bonds required to service these dwellings (and where applicable communal areas) with mains, water, electric, gas, telecommunications, digital television and the discharge of storm water and foul sewerage into adopted sewers, including construction to an adoptable standard and the connection to / adoption of sewers as required;
- Provision of Highway, including all permissions, agreements, fees, charges, works, costs and bonds required to appropriately ‘link’ the development with the adopted highway for vehicular and pedestrian access, including construction to an adoptable standard and the alteration / adoption of highway as required;
- Handover to CBC their dwellings for beneficial occupation, upon Completion (or Sectional Completion by agreement) on or prior to the 15.12.2017;
- Provide all statutory documentation relating to the development and all further documentation required by the tender specification;
- Maintenance of communal landscaping for 12 months from Completion;
- The Rectification of Patent Defects for 12 months from Completion and Latent Defects for 12 years under Deed Design standards and other relevant matters are set out in the tender specification.

Tender documents can be downloaded from: https://www.gov.uk/contracts-finder

II.1.6)Common procurement vocabulary (CPV)

45211100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
Given the responses from the 2015 Prior Information Notice, the Council believes that the most appropriate method of securing the completion of the housing on time is through a single developer. For that reason, the opportunity is offered as a single Lot. Failure to complete all 50 properties by the HCA deadline may result in a loss of HCA funding and so the Council contract will impose damages for late completion.
The successful bidder will be able to offer a site, or a collection of sites, with availability such that the completion date can be secured.
Estimated value excluding VAT: 7 050 000 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 4.4.2016. Completion 15.12.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee or a performance bond is required. Collateral warranties from the designers may be required. See the specification for details of guarantees and warranties.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The contract and any payment shall be conditional on obtaining full Planning Permission. 1,5 % retention shall be retained for the duration of a 12 months Defects Rectification Period. Refer to the specification for details of the financing and payment arrangements.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
It is intended to appoint a single contractor to undertake the works as main contractor. The main contractor will be fully responsible for any subcontractors in every respect pertaining to the project.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Completion of all the housing / bungalows by 15.12.2017 is of the essence of the contract.
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: Tenders will be excluded if any of the mandatory exclusions applies, and may be excluded if any of the discretionary exclusions applies.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Company accounts for the last 3 years: company turnover, pre-tax profit, present cash and credit position, meeting banking agreements, meeting obligations to pay creditors and staff.
The Council may use information supplied by reputable outside agencies to assist in evaluating the bids.
Minimum level(s) of standards possibly required: The Council will use information supplied by the tenderer and by other recognised sources in order to minimise risk and to provide assurance that the tenderer has sufficient resources and liquidity to be able to carry out the entire contract effectively.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Equipment and facilities information which appears sufficient to resource the contract;
Appropriate qualifications and experience of staff to be assigned to the project;
Clear and effective team working skills of staff to be assigned to the project;
The tenderer and those assigned to the project must have previous experience of successfully delivering similar projects elsewhere.
Minimum level(s) of standards possibly required:
Suitably qualified and experienced staff with good team working skills;
Appropriate back up resources;
Evidence of successfully managing similar construction projects.
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 procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 149-274556 of 5.8.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.3.2016 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Bidders must read all the documentation supplied. The Specification document includes key elements required by the Council in any subsequent contract.
Tenders must be returned in hard copy according to the tender instructions. Email returns will not be considered.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Corby Borough Council
The Corby Cube George Street
NN17 1QG Corby
UNITED KINGDOM
Telephone: +44 1536464000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Corby Borough Council will incorporate a minimum 10 day standstill period at the point of notification of the decision to award the contract. The decision notice, to each of the unsuccessful bidders, will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any specification, the identity of the successful tenderer and a precise statement of when the standstill period is expected to end. Any challenge or appeal against the award decision must be communicated to the address stated in I.1) above within the standstill period. If an appeal or challenge to award the contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties to take action in the High Court. Any such action must be brought promptly (generally within 3 months, although this period may be reduced to 30 days in certain circumstances). Where a legal challenge is launched the Contracting Authority would be obliged to suspend the making of a contract. Where a legal challenge is made after the contract has been entered into then that contract could be declared ineffective and / or shortened and / or a fine imposed by the Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.2.2016