Development Contractor and Architects Framework London
Seeking to procure suitably qualified and experienced contractors to enter into a development framework agreement to enable the delivery of their ambitious investment programme across sites in London, East of England, South East of England.
United Kingdom-London: Construction work
2015/S 059-103004
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Genesis Housing Association Limited
Atelier House, 64 Pratt Street
Contact point(s): Capita, 65 Gresham Street, London, EC2V
For the attention of: Tom Geard
NW1 0DL London
UNITED KINGDOM
E-mail: tom.geard@capita.co.uk
Internet address(es):
General address of the contracting authority: http://www.genesisha.org.uk
Address of the buyer profile: https://www.capitagroupsourcing.co.uk/current_opportunities.cfm
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Central Government Departments, their agencies and non-departmental public bodies
Land Registry
Local Authorities
English Heritage
Community Land Trusts
Olympic Park Legacy Company
GLA Group
ALMOS
Fire Authority
Education Establishments
Police Authorities
Registered Providers / Housing Associations
Almshouses
A local asset backed vehicle or asset investment vehicle between a body listed and a private sector partner
The City of London Corporation
Transport for London
Greater London Authority
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: Main site or location of works: London, East of England, South East of England, and East Midlands.
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
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 200 000 and 500 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
As part of the GHA Investment Strategy 2015-2024 ‘Building Better Futures’, GHA intends to grow by a minimum of 10 000 units over the next 10 years, at an average rate of approximately 1 000 units per year.
Given the significance of the upcoming development programme under the Investment Strategy, Genesis wish to procure its own Framework Agreement in order to deliver these significant volumes of work through a consolidated and consistent network of suppliers.
It is anticipated that the framework agreement will commence on or around September 2015 and will last for a period of 4 years.
The contractor’s scope of works will be reflective of new build housing and conversions to provide residential units. The architect’s scope of services will be consistent with those expected for the RIBA Plan of Work Standard Agreement. For
both contractor and architectural appointments, Genesis HA will add additional works and services as required for a specific project.
II.1.6)Common procurement vocabulary (CPV)
45000000, 71000000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
GHA will enter into the Framework on behalf of the other named contracting bodies. Call-off contracts will be entered into directly with each named contracting body who wishes to buy services or works. GHA reserves the right not to award any
places on the Framework or to discontinue the procurement. There is no guarantee of work or minimum award of work to any consultant appointed to the Framework.
Estimated value excluding VAT: Range between 200 000 GBP and GBP 500 000 000 GBP.
Estimated value excluding VAT:
Range: between 200 000 and 500 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The Authority reserves the right to require Applicants to meet certain economic, social and environmental conditions which will be set out in the Pre Qualification Questionnaire (PQQ).
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating totheir business.
Applicants will be required to complete a Pre Qualification Questionnaire (PQQ).
Applicants can obtain details on how to register by contacting the Authority in the details set out at I.1.
Further details on how to submit a PQQ response can be accessed at: https://www.capitagroupsourcing.co.uk/current_opportunities.cfm
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s)who would be responsible for providing the services or carrying out the work or works under the contract;
Applicants will be required to complete a Pre Qualification Questionnaire (PQQ).
Applicants can obtain details on how to register by contacting the Authority in the details set out at I.1.
Further details on how to submit a PQQ response can be accessed at:
https://www.capitagroupsourcing.co.uk/current_opportunities.cfm
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Applicants will be shortlisted based on criteria set out in the PQQ and accompanying documentation this should be referred to for further information.
Please note that the envisaged number of bidders to be invited to tender set out above is a ‘per lot’ figure and not across the procurement activity.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 25-041013 of 5.2.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.3)Additional information
Applicants are required to complete a Pre Qualification Questionnaire – Instructions for completion are set out onhttps://www.capitagroupsourcing.co.uk
The process seeks to select organisations offering the appropriate capability, capacity and competency. The contracting authority reserves the right not to enter into a contract for all or part of the services and/or some or all of the lots.
GHA reserves the right not to award any places on the Framework or to discontinue the procurement. There is no guarantee of work or minimum award of work to any consultant or contractor appointed to the Framework.
Expressions of interest must be in the form of a completed Pre Qualification Questionnaire (PQQ) to be received by GHA using the Authority’s tender portal – https://www.capitagroupsourcing.co.uk
To obtain details of how to download a copy of the PQQ, applicants should register by following this link:
https://www.capitagroupsourcing.co.uk/current_opportunities.cfm
Applicants will then be directed to the Authority’s Tender Portal. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
(MT Ref:151093).
VI.4.1)Body responsible for appeal procedures
The Royal Courts of Justice (The High Court)
The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: