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

Fareham and Northiam Retirement Housing Schemes.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Hanover Housing Association
Hanover House, 1 Bridge Close, Staines, Middlesex
Contact point(s): Henry Riley LLP
For the attention of: Clive Tuck
TW18 4TB Staines
UNITED KINGDOM
Telephone: +44 1223845000
E-mail:
Fax: +44 1223844446

Internet address(es):

General address of the contracting authority: http://www.hanover.org.uk

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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Fareham and Northiam Retirement Housing Schemes.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Sites A & B adjacent The Red Lion car park, Fareham, Hampshire
&
The Paddock, Northiam, Rye, East Sussex

NUTS code UKJ22,UKJ33

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)
The design, construction, commissioning and handover of:
Fareham: 55 units comprising Site A (27 flats) and site B (comprising 28 flats)
Northiam: 58 units comprising 5no. houses and 53no flats with communal areas and associated external works
II.1.6)Common procurement vocabulary (CPV)

45211000

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: 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:
Estimated value excluding VAT: 14 000 000 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: 15 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Fareham Retirement Housing Scheme
1)Short description
55 units comprising Site A (27 flats) and Site B (comprising 28 flats)
2)Common procurement vocabulary (CPV)

45211341

3)Quantity or scope
Estimated value excluding VAT: 6 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 15 (from the award of the contract)
5)Additional information about lots
Planning submission drawings available from Henry Riley LLP
Lot No: 2 Lot title: Northiam Retirement Housing Scheme
1)Short description
58 units comprising 5no. houses and 53no. flats with communal areas and associated external works
2)Common procurement vocabulary (CPV)

45211000

3)Quantity or scope
Estimated value excluding VAT: 7 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 15 (from the award of the contract)
5)Additional information about lots
Planning submission drawings available from Henry Riley LLP

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
NHBC Buildmark Choice 'Major Structural Damage' and Contractor Insolvency Cover
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Monthly payments in accordance with JCT Design and Build Contract 2011.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Economic Operator must be a single legal entity for the Contracting Authority to contract with.
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: Refer to PQQ
Professional Indemnity Insurance - 5 000 000 GBP
Employer's Liability Insurance (does not apply to sole traders) - 10 000 000 GBP
Public Liability Insurance - 10 000 000 GBP
Pollution Contamination Claims Cover - 10 000 000 GBP
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to PQQ
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to 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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Refer to PQQ / Selection Criteria Scoring Matrix
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 below

1. Price. Weighting 90

2. Delivery Time. Weighting 10

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
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: 9.9.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.9.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.10.2013
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period of at least 10 calendar days between the date it gives notice of its decision to award the proposed contract and the date on which it proposes to conclude the contract. The Contracting Authority draws Economic Operator's attention to their rights under the Public Contracts Regulations 2006, under which proceedings may be brought in the high court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.8.2013