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

Building Construction Works Framework agreement, New Build.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Bridge Homes (Yorkshire) LLP
OC394414
Merefield House, Whistler Drive
Contact point(s): Corporate Procurement Team
For the attention of: Paul Clarke
WF10 5HX Castleford
UNITED KINGDOM
Telephone: +44 1977788679
E-mail:

Internet address(es):

General address of the contracting authority: http://bridgehomesyorkshire.co.uk

Electronic access to information: https://www.wdh.co.uk/BecomeASupplier/BridgeHomesConstructorFramework/

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
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Wakefield and District Housing Limited
04948519
Merefield House, Whistler Drive
WF10 5HX Castleford
UNITED KINGDOM

WDH Solutions Limited
05802087
Merefield House, Whistler Drive
WF10 5HX Castleford
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Building Construction Works Framework agreement, New Build.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works

NUTS code UKE43

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 agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 3 000 000 and 80 000 000 GBP
II.1.5)Short description of the contract or purchase(s)

Bridge Homes (Yorkshire) LLP is a Joint Venture Limited Liability Partnership established by Wakefield and District Housing (WDH) and Wakefield Council to develop land for new build properties, more information is available at: http://bridgehomesyorkshire.co.uk

Bridge Homes (Yorkshire) LLP wish to create and enter into a framework arrangement with multiple contractors for the construction of new build properties. The scope of works for this framework includes those required to develop land and achieve such buildings, including: site preparation, site remediation, associated civil engineering and infrastructure works, design, and new build construction (with appropriate fit out).
The framework agreement will be in place for 48 months. Contracts that are called off under the framework agreement may (where necessary) continue beyond the 48 month term of the framework agreement. Any of the contracting authorities entitled to access the framework agreement will have the option to agree and award underlying contracts to the appointed contractor at any stage during the term of the framework agreement. The following contacting authorities will be entitled to agree and award underlying contracts under the proposed framework as and when required:
Bridge Homes (Yorkshire) LLP
Merefield House, Whistler Drive, Castleford, WF10 5HX,
United Kingdom
Company number OC394414
Wakefield and District Housing Limited,
Merefield House, Whistler Drive, Castleford, WF10 5HX,
United Kingdom

http://www.wdh.co.uk/

Company number: 04948519
WDH Solutions Limited
Merefield House, Whistler Drive, Castleford, WF10 5HX,
United Kingdom
Company number 05802087.
II.1.6)Common procurement vocabulary (CPV)

45210000, 45211000, 45211300, 45211340, 45211100, 45000000, 45100000, 45200000, 45300000, 45400000, 45211200

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 3 000 000 and 80 000 000 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
Duration in months: 48 (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 required:
As stated in the Pre-Qualification Questionnaire or Invitation to Tender. Bridge Homes (Yorkshire) reserve the right to require deposits, guarantees (including parent company and performance guarantees), bonds or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the Pre-Qualification Questionnaire or 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 awarded:
As stated in the Pre-Qualification Questionnaire or Invitation to Tender documentation.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: As stated in the procurement process documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the procurement process documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the procurement process documents.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: As described in the procurement process / framework agreement documents.
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:
BH/CONSTRUCTIONFWRK/
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.6.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.6.2016 - 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
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
As outlined within the procurement documentation; it is envisaged that over the next 4 years, Bridge Homes will build in the region of 300 new homes in the Wakefield District. The proposed developments will be built in a number of phases, with each scheme or phase within a larger development comprising approximately 30 properties.
Furthermore, WDH it its own right are undertaking development projects and ‘Building Better Places’ to meet the affordable housing needs of the district. They envisage that they will have £20 to £25 million per annum over the next 2 years for such development opportunities, including section 106 acquisitions.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Under this contract the contractor will be required to actively contribute to the achievement of social objectives. These include: skills development; employment and training opportunities within the locality of where the contract will be delivered; and other added value initiatives throughout the supply chain to support community programmes promoted by Bridge Homes (Yorkshire) its partners and those contracting authorities who are entitled to use this framework and their partners.
Procurement documents can be viewed and available for download at:

https://www.wdh.co.uk/BecomeASupplier/BridgeHomesConstructorFramework/

Initial expressions of interest must be sent to:

E-mail: .

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Court of Justice
The Strand, London, WC2A 2LL
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.hmcourts-service.gov.uk/

Body responsible for mediation procedures

Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.hmcourts-service.gov.uk/

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Crown Commercial Service
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
19.5.2016