Competitive Design and Build Contract Belfast
In order to fulfil its development programme, the Contracting Authority is seeking to appoint developers to provide land for development of social housing (each a Contract).
United Kingdom-Belfast: Construction work
2016/S 120-212906
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Helm House, 38-52 Lisburn Road
Belfast
BT9 6AA
United Kingdom
Telephone: +44 2890320485
E-mail: development@helmhousing.com
NUTS code: UKN
Internet address(es):Main address: http://www.helmhousing.org
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Competitive Design and Build Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
In order to fulfil its development programme, the Contracting Authority is seeking to appoint developers to provide land for development of social housing (each a Contract). The Contracts are for the provision of land for design and build contracts in Northern Ireland. Economic Operators must provide the land, design, construct and ensure completion of the scheme for the Contracting Authority in accordance with the Department for Social Development Housing Guide, the Contracting Authority’s requirements and statutory body requirements.
A key requirement of the PQQ stage is the suitability of the Economic Operators’ sites for the development of social housing. Economic Operators must be able to demonstrate that they either:
(i) Own the site and can provide clear non-encumbered title to the Contracting Authority; or
(ii) Have an exclusive contract to unconditionally purchase clear, non-encumbered title and transfer to the Contracting Authority.
II.1.5)Estimated total value
II.1.6)Information about lots
Economic Operators should be aware that all Lots are independent of each other and will be evaluated separately. The Contracting Authority reserves the right to award some or no Lots and to enter into more than 1 Contract in respect of each Lot. The Contracting Authority also reserves the right to award Lots on a phased basis.
II.2.1)Title:
Groomsport
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Newcastle
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Coalisland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Holywood
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Comber
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Saintfield
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Camlough
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Rostrevor
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
II.2.1)Title:
Warrenpoint
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
A map detailing the location of this Lot is provided at Annex 2 of the Memorandum of Information.
II.2.4)Description of the procurement:
Further information in relation to the specific requirements of this Lot can be found in Annex 2 of the Memorandum of Information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As specified in the pre-qualification questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The values provided at sections II.2.6) and II.2.7) are estimates only.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Economic Operators are required to have a structural defects registration with a suitable registered provider such as NHBC, Premier Guarantee or equivalent.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As specified in the pre-qualification questionnaire and invitation to tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Contract is separated into 9 lots as follows (Lots):
— Lot 1 — Groomsport;
— Lot 2 — Newcastle;
— Lot 3 — Coalisland;
— Lot 4 — Holywood;
— Lot 5 — Comber;
— Lot 6 — Saintfield;
— Lot 7 — Camlough;
— Lot 8 — Rostrevor;
— Lot 9 — Warrenpoint.
A map showing the geographical location of the Lots is included at Annex 2 to the Memorandum of Information.
Economic Operators should be aware that all Lots are independent of each other and will be evaluated separately. The Contracting Authority reserves the right to award some or no Lots and to enter into more than 1 Contract in respect of each Lot. The Contracting Authority also reserves the right to award Lots on a phased basis.
The Contracting Authority requires Economic Operators to put forward schemes which offer a high quality development and which broadly accord with the housing mix specified in Annex 2.
A key requirement of the PQQ stage is the suitability of the Economic Operators’ sites for the development of social housing. Economic Operators must be able to demonstrate that they either:
(i) Own the site and can provide clear non-encumbered title to the Contracting Authority; or
(ii) Have an exclusive contract to unconditionally purchase clear, non-encumbered title and transfer to the Contracting Authority.
Following PQQP Submissions, the Contracting Authority will liaise with the Northern Ireland Housing Executive to determine whether it would, in principle, be willing to support the particular projects put forward by the Economic Operators. The Contracting Authority will only consider those PQQP Submissions relating to projects which the Northern Ireland Housing Executive has agreed, in principle, to support.
Following the Tender Stage, the Contracting Authority intends to enter into 1 or more conditional land sale agreement(s) with the most economically advantageous Economic Operator per Lot. These agreements will become unconditional upon design approval, planning approval and confirmation of the Contracting Authority securing support from the Department for Social Development. The Contracting Authority and the successful Economic Operator(s) will be required to act collaboratively to ensure these conditions can be satisfied.
It is difficult for the Contracting Authority to estimate the value of this potential opportunity. Therefore the value provided at section II.1.5) is an estimate only. Similarly, the value provided for each Lot is an estimate only and the value of the Contract or Contracts awarded may vary significantly from this estimate.
It is also difficult for the Contracting Authority to estimate the duration of the Contract or Contracts to be awarded. Therefore, the duration provided for each Lot is an estimate only and the duration of the Contract or Contracts awarded may vary significantly from this estimate. The contract duration may also vary between the different Lots.
Economic Operators should be aware that up to the point that the Contract becomes unconditional, all costs are the Economic Operator’s and the Contracting Authority will not reimburse any costs incurred prior to this stage.
The Contracting Authority shall not be responsible for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
All dates and time periods specified in this notice are provisional only and the Contracting Authority reserves the right to change these.
The Contracting Authority reserves the right to cancel this procurement at any stage.
All discussion and correspondence shall be deemed strictly subject to contract until the Contract or Contracts are entered into.
Please note that variant bids may be accepted by the Contracting Authority provided that their form and nature are approved by the Contracting Authority in advance.
VI.4.1)Review body
Belfast
BT1 3JY
United Kingdom
VI.4.3)Review procedure
In accordance with the Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice:
Related Posts
Hillsborough Castle Landscape Designer Framework
Design and Build Contract Luton
Building Refurbishment of Elizabeth Tower, London
Maintenance Services for a Safe Environment