Tender

Proposed Residential Development at Landway Farm, Jameston

  • ateb Group Ltd

F02: Contract notice

Notice identifier: 2023/S 000-001108

Procurement identifier (OCID): ocds-h6vhtk-03974f

Published 13 January 2023, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

ateb Group Ltd

Meyler House, St. Thomas' Green

Haverfordwest

SA61 1QP

Email

peter.owen@atebgroup.co.uk

Telephone

+44 1437763688

Country

United Kingdom

NUTS code

UKL1 - West Wales and the Valleys

Internet address(es)

Main address

http://atebgroup.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA20225

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Proposed Residential Development at Landway Farm, Jameston

Reference number

ateb-22-023

two.1.2) Main CPV code

  • 45211000 - Construction work for multi-dwelling buildings and individual houses

two.1.3) Type of contract

Works

two.1.4) Short description

ateb Group is proposing to select 5 contractors to progress to the tender stage.

The proposed development scheme consists of the construction of 11 affordable homes at Landway Farm, Jameston. This contract will comprise the affordable homes provision of the development, using the JCT Design & Build form of contract.

The intention is for the properties to be non-fossil fuel heated, and we would like the contractor to use a form of MMC for the construction. The minimum starting point for this would be a pre-insulated timber frame, but we would be open to any sensible suggestions from the contractor.

two.1.5) Estimated total value

Value excluding VAT: £3,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys

two.2.4) Description of the procurement

The proposed development scheme consists of the construction of 30 market homes and associated works as Phase II at The Cornfields, Sageston, Pembrokeshire. This contract will comprise the second and final phase of a development totalling 60 units -

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

17

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 February 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 February 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=111830

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Targeted recruitment and training

(WA Ref:111830)

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=128047

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

N/A

(WA Ref:128047)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom