Family Mosaic Contractors Framework
Family Mosaic’s new works construction programme over the 4 years duration of this framework is estimated to be in the region of 740 000 000 GBP.
United Kingdom-London: Building construction work
2016/S 014-019771
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Family Mosaic
Albion House, 20 Queen Elizabeth Street
For the attention of: Cora Marler
SE1 2RJ London
UNITED KINGDOM
Telephone: +44 2070619000
E-mail: cora.marler@sweettgroup.com
Internet address(es):
General address of the contracting authority: www.familymosaic.co.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0441
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: Sweett Group Ltd
60 Gray’s Inn Road
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
E-mail: cora.marler@sweettgroup.com
Internet address: http://www.sweettgroup.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sweett Group Ltd
60 Gray’s Inn Road
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
E-mail: cora.marler@sweettgroup.com
Internet address: http://www.sweettgroup.com
Tenders or requests to participate must be sent to: Sweett Group Ltd
60 Gray’s Inn Road
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
E-mail: cora.marler@sweettgroup.com
Internet address: http://www.sweettgroup.com
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
Old Oak Housing Association
Charlton Triangle Homes
Family Mosaic Home Ownership (formerly Landmark HA)
Local Authorities in Greater London and Essex
Registered Providers in Greater London and Essex
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
Design and execution
Main site or location of works, place of delivery or of performance: London (the GLA area) and Essex.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 20
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Family Mosaic as a group is looking to develop approximately 1 000 new homes per year, across all tenures to reflect Government changing priorities, whilst maintaining a programme of affordable rent by generating cross subsidy through developing shared ownership, private sale and market rent new homes. The proportion of each tenure will dependent on each site and location.
In addition to the above Family Mosaic as Lead Registered Provider will on occasions provide development services to other RPs as part of its funding agreements with the GLA and HCA, together with other separate legal entities formed for specific projects or programmes (these companies are either whole owned or partially owned by a member of the Family Mosaic Group).
Family Mosaic’s new works construction programme over the 4 years duration of this framework is estimated to be in the region of 740 000 000 GBP, with 30 % of this delivered by S106s, leaving a balance of 518 000 000 GBP of directly instructed construction works. In addition to the Family Mosaic’s programme this framework is being procured on behalf of other Registered Providers and Local Authorities who may wish to develop within London (the GLA area) and Essex, and who wish to sign up to Family Mosaic Framework. This will enable framework suppliers to access an additional volume of work and reduce their pre-qualification costs. At present there is no other RPs or LAs signed up, but to allow scope for this possibility the value of this framework construction costs are estimated not to exceed 600 000 000 GBP.
Family Mosaic Housing wishes to establish a Framework Agreement for Contractor Services with contractors who can deliver on this varied programme together with supplying these services to other Registered Providers and Local Authorities who register to use this Framework for the purposes detailed above in the geographical area of Greater London and Essex.
The scope of this framework is principally to cover new mixed tenure residential developments above the EU procurement threshold, with a majority of the contracts in the range of 5 000 000 GBP to 15 000 000 GBP. For contracts below threshold Family Mosaic may opt to procure from SMEs and for exceptionally large contracts, regeneration projects choose to separately advertise these opportunities as part of an OJEU process. To ensure that Contractors who are appointed to the framework have sufficient financial capacity to carry out contracts on this framework a minimum annual turnover requirement has been set of 18 000 000 GBP (see PQQ).
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=167232
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
45210000, 45111000, 45000000, 45211200, 45211000, 45211100, 45211300, 45211341, 45211340, 45200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
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: Regulation 58 contains discretionary criteria. All mandatory conditions and pass/fail criteria for selection at the pre-qualification stage will be set out in the PQQ and must be passed in order for applicants to proceed to the tender stage. The discretionary criteria will also be outlined in the PQQ. The authority will review this information alongside any discretionary criteria prior to the award of the contract.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Candidates may be subject to an independent financial check. Further information will be provided in the PQQ and Tender documentation generally.
Minimum level(s) of standards possibly required: Minimum annual turnover requirement of 18 000 000 GBP.
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;
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
Further information will be provided in the PQQ and Tender documentation generally.
Minimum level(s) of standards possibly required:
Tenderers to have a minimum annual turnover of 18 000 000 GBP for their last 2 financial years.
III.3.2)Staff responsible for the execution of the service
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
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
Prior to any Call-Off an up to date financial assessment will be carried on Framework Contractors to ensure they have the financial capacity to carry out the propose project, taking into account their current annual turnover and existing commitments, etc. In all cases a Contractor will have to have a minimum annual turnover of twice the estimated value of the proposed Call-Off Contract.
The framework has not been split into lots because family mosaics average development scheme is narrow in terms of its range (5 000 000 GBP to 15 000 000 GBP), requiring Contractor’s to have a minimum annual turnover of 18 000 000 GBP. For Contracts below the EU threshold family mosaic will look at appointing SME Contractors, but due to volume and diversity of these projects see no merit in having a specific Lot for this work. Similarly for exceptionally large projects and major regeneration schemes, Family Mosaic may separately OJEU these projects to open up competition to a wider market.
(MT Ref: 167232).
VI.4.1)Body responsible for appeal procedures
Family Mosaic
Albion House 20 Queen Elizabeth Street
SE1 2RJ London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: