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

Construction of new build social housing comprising residential dwellings and all associated and ancillary engineering services, site infrastructure and landscaping works, in two Lots comprising: Lot 1, 35 (thirty five) new residential dwellings at Lakesi

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Guildford Borough Council
Neighbourhood and Housing Management Services, Millmead House, Millmead, Surrey
Contact point(s): Property Manager
For the attention of: David Budd
GU2 4BB Guildford
UNITED KINGDOM
Telephone: +44 1983539730
E-mail:

Internet address(es):

General address of the contracting authority: http://www.guildford.gov.uk

Further information can be obtained from: ERMC LIMITED
Granary Court, 128 Pyle Street
For the attention of: Stuart Sayce
PO30 1JW Newport
UNITED KINGDOM
Telephone: +44 1983539730
E-mail:
Internet address: http://www.ermc-ltd.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ERMC LIMITED
Granary Court, 128 Pyle Street
For the attention of: Stuart Sayce
PO30 1JW Newport
UNITED KINGDOM
Telephone: +44 1983539730
E-mail:
Fax: +44 1983527587
Internet address: http://www.ermc-ltd.co.uk

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
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Construction of new build social housing comprising residential dwellings and all associated and ancillary engineering services, site infrastructure and landscaping works, in two Lots comprising: Lot 1, 35 (thirty five) new residential dwellings at Lakeside Close, Ash Vale and 3 (three) residential dwellings at Wyke Avenue, Normandy. Lot 2, 27 (twenty seven) new residential dwellings at New Road and Gravel Pits Lane, Gomshall, all in the Borough of Guildford, Surrey, United Kingdom.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Three sites in the Borough of Guildford, Surrey, United Kingdom. The sites are: Wyke Avenue, Normandy; Lakeside Close, Ash Vale; and New Road and Gravel Pits Lane, Gomshall.

NUTS code UKJ23

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)
Construction of new build social housing for rent consisting of residential dwellings, comprising houses, flats and bungalows and all associated and ancillary mechanical and electrical and other site engineering and services infrastructure, such as drainage and utilities work and pedestrian and vehicular access works and including hard and soft landscaping works and external works associated with residential development together with removal of contaminated soil, in two Lots comprising: Lot 1, 35 (thirty five) new residential dwellings at Lakeside Close, Ash Vale and 3 (three) residential dwellings at Wyke Avenue, Normandy, (but please see additional information at VI.3). Lot 2, 27 (twenty seven) new residential dwellings at New Road and Gravel Pits Lane, Gomshall, all in the Borough of Guildford, Surrey, United Kingdom. The contractors appointed to carry out the works comprised in Lots 1 and 2 may be required to deliver additional miscellaneous works and services that are incidental to the above requirement.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45100000, 45111200, 45211100, 45211300, 45111291

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
Lot 1: 35 (thirty five) residential units at Lakeside Close, Ash Vale and 3 (three) residential units at Wyke Avenue, Normandy (but please see additional information in VI.3). Lot 2: 27 (twenty seven) residential units at New Road and Gravel Pits Lane, Gomshall, including all associated, mechanical, electrical, drainage, landscaping and associated and ancillary external works at all three sites, as described in II.1.5 above.
Estimated value excluding VAT:
Range: between 8 500 000 and 9 100 000 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: 30 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Construction of new build social housing comprising 35 (thirty five) new residential dwellings at Lakeside Close and 3 (three) residential dwellings at Wyke Avenue, and all associated and ancillary engineering and services, site infrastructure and landscaping works, all in the Borough of Guildford, Surrey, United Kingdom.
1)Short description
Construction of new build social housing for rent consisting of residential dwellings, comprising houses, flats and bungalows and all associated and ancillary mechanical and electrical and other site engineering and services infrastructure, such as drainage and utilities work and pedestrian and vehicular access works and including hard and soft landscaping works and external works associated with residential development together with removal of contaminated soil. Lot 1, 35 (thirty five) new residential dwellings at Lakeside Close, Ash Vale and 3 (three) residential dwellings at Wyke Avenue, Normandy, Surrey, United Kingdom, (but please see additional information at VI.3). The contractors appointed to carry out the works comprised in Lot 1 may be required to deliver additional miscellaneous works and services that are incidental to the above requirement.
2)Common procurement vocabulary (CPV)

45111000, 45211100, 45211300, 45111291, 45000000

3)Quantity or scope
Lot 1: 35 (thirty five) residential units at Lakeside Close, Ash Vale and 3 (three) residential units at Wyke Avenue, Normandy (but please see additional information at VI.3). Construction of new build affordable social housing for rent consisting of residential dwellings, comprising houses, flats and bungalows and all associated and ancillary mechanical and electrical and other site engineering and services infrastructure, including hard and soft landscaping works and external works associated with residential development along with removal of contaminated soil. The contractors appointed to carry out the works comprised in Lot 1 may be required to deliver additional miscellaneous works and services that are incidental to the above requirement.
Estimated value excluding VAT:
Range: between 4 500 000 and 4 700 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 18 (from the award of the contract)
5)Additional information about lots
18 months estimated construction programme on site for Lakeside and 8 months estimated construction programme on site for Wyke Avenue. Following completion on site, the contracts will have a rectification period (defects liability period) of a further 12 months.
Lot No: 2 Lot title: Construction of new build affordable social housing comprising 27 (twenty seven) new residential dwellings at New Road and Gravel Pits Lane, and all associated and ancillary engineering and services site infrastructure and landscaping works, all in the Borough of Guildford, Surrey, United Kingdom.
1)Short description
Construction of new build affordable social housing for rent consisting of residential dwellings, comprising houses, flats and bungalows and all associated and ancillary mechanical and electrical and other site engineering and services infrastructure, such as drainage and utilities work and pedestrian and vehicular access works and including hard and soft landscaping works and external works associated with residential development together with removal of contaminated soil. Lot 2, 27 (twenty seven) new residential dwellings at New Road and Gravel Pits Lane, Gomshall, all in the Borough of Guildford, Surrey, United Kingdom. The contractors appointed to carry out the works comprised in Lot 2 may be required to deliver additional miscellaneous works and services that are incidental to the above requirement.
2)Common procurement vocabulary (CPV)

45000000, 45211100, 45211300, 45111291, 45111200

3)Quantity or scope
Lot 2: 27 (twenty seven) residential units at New Road and Gravel Pits Lane, Gomshall. Construction of new build affordable social housing for rent consisting of residential dwellings, comprising houses, flats and bungalows and all associated and ancillary mechanical and electrical and other site engineering and services infrastructure, including hard and soft landscaping works and external works associated with residential development along with removal of contaminated soil. The contractors appointed to carry out the works comprised in Lot 2 may be required to deliver additional miscellaneous works and services that are incidental to the above requirement.
Estimated value excluding VAT:
Range: between 4 000 000 and 42 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 18 (from the award of the contract)
5)Additional information about lots
18 months estimated construction programme on site. Following completion on site, the contract will have a rectification period (defects liability period) of a further 12 months.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee may be required. A Performance Bond for 10% of the contract sum for each Lot will be required. Full details to be provided in ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment arrangements will be set out in the contract and the contracting authority anticipates using a recognised standard form of building contract with such amendments as will be set out in the ITT. The building contract is likely to be JCT Standard Form of Building Contract Without Quantities 2011, incorporating published amendments and provisions and specific employers conditions, but the contracting authority reserves the right to use an alternative form of contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where the contracting authority awards the contract for Lot 1 or Lot 2 to a consortium it may require the consortium to form a legal entity before entering into, or as a term of, the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Yes. Please refer to the pre-qualification questionnaire and supporting appendices for the conditions which can be known at this stage. The full set of conditions relating to the contract will be set out and referred to in the ITT. The contracting authority will reserve the right to require sub-contractors or consortium members to provide collateral warranties. The contracting authority will also reserve the right in the event of a transfer of ownership of any of the redevelopment sites at a future date to require the novation of the contract and any collateral warranties for the relevant site to such third parties as the contracting authority may determine. The contract conditions may concern, in particular, social and environmental considerations, including in relation to the recruitment of long-term job-seekers for the performance of the contracts and the provision of workforce training and development.
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: In accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006 (as amended) Should be of a technical and professional capacity and competency needed to fulfil the contract. Please refer to the PQQ for details of the requirements for participation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended). Candidates will be required to complete a Statement of Good Standing as part of the pre-qualification process confirming the personal situation of the Candidate in relation to the matters listed in these provisions.
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire. Must be a financially sound and robust organisation. Please refer to the PQQ for details of the requirements for participation, which include minimum Insurances of:
Employers Liability £10,000,000
Public Liability £10,000,000
Professional Indemnity £2,000,000
Contractors All Risks £10,000,000
Contractors applying to be invited to tender for both Lots 1 and 2 will need to be able to demonstrate that they have adequate economic and financial standing to be able to undertake works comprised in Lots 1 and 2 at the same time.
Achievement of the minimum score within Section A2-1 (48 marks) is required.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Procurement Regulations 2006 (as amended). The Contracting Authority will require evidence of successful performance and accomplishment in equivalent schemes.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire. Must have the technical ability to fulfil the contract. Must demonstrate compliance with criteria A5-1 in regards to the provision of NHBC warranties. Candidates must achieve minimum scores in Section A2-1 of 48 and B6-1 to B6-7 of 210.
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 number of operators: 6
Objective criteria for choosing the limited number of candidates: As set out in the 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 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:
Not applicable
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2013/S 92-156405 of 14.5.2013

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
1.8.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
26.8.2013
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
The contract duration given in II.3 is 30 months. This is an estimate of the time from starting construction on site until the end of the defects liability period, taken to be 12 months after practical completion of the construction work on site.
With reference to question I.1 - requests to participate (responses to pre-qualification questionnaire) must be returned to Mr David Budd, Neighbourhood and Housing Management Services, Guildford Borough Council, Millmead House, Guildford, Surrey, UK by the date stated in IV.3.4. Please note that a separate pre-qualification questionnaire must be completed for Lot 1 and for Lot 2.
The minimum time frame during which the tenderer must maintain the tender is 5 months (from the date stated for receipt of tender).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Royal Courts of Justice Upper Tribunal (Administrative Appeals Chamber) 5th Floor Rolls Building 7 Rolls Buildings Fetter Lane London EC4A 1NL
EC4A 1NL London
UNITED KINGDOM
E-mail:
Telephone: +44 2070715662
Internet address: www.justice.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that the contract award decision is notified to Candidates in accordance with the Public Contracts Regulations 2006 (as amended) (the Regulations). Aggrieved parties who have been harmed or who are at risk of harm by breach of the Regulations may take action in the high court (England, Wales and Northern Ireland) in accordance with Regulation 47 (Part 9 of the Regulations)
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.7.2013