Section one: Contracting authority
one.1) Name and addresses
Broadland Development Services Limited
Norwich City Football Club, South Stand, Carrow Road
Norwich
NR1 1HU
Contact
Procurement Team
procurement@broadlandgroup.org
Telephone
+44 1603750261
Country
United Kingdom
Region code
UKH1 - East Anglia
Internet address(es)
Main address
https://www.broadlandgroup.org
Buyer's address
https://www.broadlandgroup.org
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/
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 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
Broadland Development Services Homes for the Future Main Contractor Framework
Reference number
24-015
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Broadland Development Services Limited (BDS) is the development arm of Broadland Housing Association (BHA), a registered provider of Social Housing. BHA was formed in 1963 and built their first scheme, at Shipfield in Norwich, in 1967. Today, BHA provide more than 5,500 quality homes across Norfolk and north Suffolk. New developments are operationally low carbon to reduce residents’ bills and provide a sustainable place for communities and nature to thrive.
BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement.
The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so.
BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT.
The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2.
Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities.
The framework will be open to Other Contracting Bodies, which is defined as follows:
oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or,
oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or,
oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function.
Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Projects with an estimated construction value up to £8m
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
East Anglia
two.2.4) Description of the procurement
BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement.
The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so.
BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT.
The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2.
Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities.
The framework will be open to Other Contracting Bodies, which is defined as follows:
oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or,
oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or,
oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function.
Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.
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
Start date
1 July 2025
End date
30 June 2027
This contract is subject to renewal
Yes
Description of renewals
Open to extend by up to two (2) additional years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
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) Description
two.2.1) Title
Projects with an estimated construction value over £8m
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
East Anglia
two.2.4) Description of the procurement
BDS is procuring a Main Contractor framework which will be used to facilitate mini-competition (and by exception direct award) tender exercises amongst framework contractors for planned developments over an initial period of two (2) years, with an option to extend by up to two (2) additional years. Call-Off Contracts will be let for projects in accordance with a Framework Agreement.
The procurement consists of two lots: Lot 1: £8m, Lot 2: £8m. Please note it is not intended that BDS will procure projects with an estimated construction value below the PCR threshold values through this framework, however reserve the right to do so.
BDS will be conducting the procurement following the ‘Restricted procedure’, under which the opportunity is advertised, and all interested Organisations/Consortia can Bid for the SQ Stage (Stage 1). All Applicants that meet the mandatory requirements and have scored greater than the threshold score will be invited to the Stage 2 ITT.
The Tenderers with the highest overall total scores at Stage 2, for each lot, will be deemed to be the successful Tenderers and be invited to sign the Framework Agreement. There will be a maximum of ten (10) Framework Contractors for Lot 1 and eight (8) Framework Contractors for Lot 2.
Framework projects will focus on place making, low operation / net zero carbon and biodiversity – to create sustainable communities.
The framework will be open to Other Contracting Bodies, which is defined as follows:
oBroadland Development Services Limited associated companies: Broadland Housing Association and Broadland St Benedict’s Limited, or,
oAny local or regional authority in Norfolk and Suffolk (including any arm’s length organisation or service provider working on their behalf) delivering any public or private sector construction related projects where Broadland Development Services are providing a Development Agency function, or,
oRegistered Providers within Norfolk and Suffolk; where Broadland Development Services are providing a Development Agency function.
Refer to ITT documents for further information, including the procurement procedure, conditions and award criteria.
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
Start date
1 July 2025
End date
30 June 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to two (2) additional years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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
Restricted 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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-026941
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
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: 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
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.The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Project at any stage of the procurement process.
The Contracting Authority also reserves the right not to award the project.
Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or Tendering for this Framework.
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=927535840
GO Reference: GO-2025219-PRO-29478000
six.4) Procedures for review
six.4.1) Review body
Broadland Development Services Limited
Norwich City Football Club, Carrow Road
Norwich
NR1 1HU
Telephone
+44 1603750261
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Broadland Development Services Limited
Norwich City Football Club, Carrow Road
Norwich
NR1 1HU
Telephone
+44 1603750261
Country
United Kingdom