Opportunity

Competitive Land, Design and Build for Social Housing in Newcastle & Castlewellan

  • Radius Housing

F02: Contract notice

Notice reference: 2022/S 000-002750

Published 31 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Radius Housing

Belfast

Email

Ben.conway@radiushousing.org

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

www.radiushousing.org

one.3) Communication

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

https://e-sourcingni.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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

Competitive Land, Design and Build for Social Housing in Newcastle & Castlewellan

Reference number

RAD/031

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

Radius Housing Association invites tenders from those wishing to be appointed to provide land and subsequently the design and construction of social housing in the area of Newcastle & Castlewellan. Placement onto the Framework Agreement will be by way of a competitive tendering procedure, to assess all bidders who submitted tenders against the criteria outlined in the tender. It is anticipated that a maximum of 5 Developers will be appointed to the Framework, subject to adequate number of satisfactory tenderers being received.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211341 - Flats construction work

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Newcastle & Castlewellan

two.2.4) Description of the procurement

Radius Housing Association invites tenders from those wishing to be appointed to provide land and subsequently the design and construction of social housing in the area of Newcastle & Castlewellan. Placement onto the Framework Agreement will be by way of a competitive tendering procedure, to assess all bidders who submitted tenders against the criteria outlined in the tender. It is anticipated that a maximum of 5 Developers will be appointed to the Framework, subject to adequate number of satisfactory tenderers being received.

The Contracting Authority intends (subject to a sufficient number of compliant and satisfactory responses being received) under this competition to appoint a maximum number of 5 successful tenderers to the Land, Design and Build Framework Agreement for Social Housing Scheme in Comber & Ballygowan which will subject to the terms sets out in this ITT, operate for a period of two years.

The Contracting Authority will rank the 5 successful tenderers in order from 1 to 5. The first placed tender based on the rank will be the Most Economically Advantageous Tender (MEAT). The Contracting Authority intends to enter into a contract with the 1st placed (MEAT) tender. Further to this and upon confirmation of funding and need requirement, the Contracting Authority may then enter into contract with the 2nd placed tender. Further to this and upon confirmation of funding and need requirement, the Contracting Authority may then enter into contract with the 3rd placed tender. Further to this and upon confirmation of funding and need requirement, the Contracting Authority may enter into contract with the 4th placed tender. Further to this and upon confirmation of funding and need requirement, the Contracting Authority may enter into contract with the 5th placed tender.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £50,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

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

30 March 2022

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Chichester Street

Belfast

BT1 3JF

Country

United Kingdom