Section one: Contracting authority
one.1) Name and addresses
Latimer Developments Limited
6 More London Place, Tooley Street
London
SE1 2DA
LatimerCocoaWest@clarionhg.com
Telephone
+44 3005008000
Country
United Kingdom
NUTS code
UKE21 - York
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/38762M9Q4D
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Development Arm of a Registered Social Provider
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NOR - Cocoa West, York - MAIN WORKS PHASES 1 & 2
Reference number
YRK0002 P2
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
Procurement of a delivery Contractor to design and build 103 units on the former Nestle site in York.
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
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
- 45211300 - Houses construction work
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
York
two.2.4) Description of the procurement
Latimer Developments Limited, the development arm of Clarion Housing Group wishes to appoint a delivery Contractor to complete the design and build 103 houses in the first two Phases of a five Phase housing development scheme on the former Nestle site between Wigginton Road and Haxby Road in York.
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: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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: 5
Objective criteria for choosing the limited number of candidates:
In accordance with our internal Procurement Procedures
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/38762M9Q4D
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
7 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 March 2022
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.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663442768
GO Reference: GO-202224-PRO-19595506
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
The Strand
London
WC2 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
London
WC2 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The Strand
London
WC2 2LL
Telephone
+44 2079476000
Country
United Kingdom