Tender

Modular Housing Framework

  • Lewes District Council

F02: Contract notice

Notice identifier: 2021/S 000-007016

Procurement identifier (OCID): ocds-h6vhtk-02a2d9

Published 6 April 2021, 3:26pm



Section one: Contracting authority

one.1) Name and addresses

Lewes District Council

Southover House, Southover Road

Lewes

BN7 1AB

Contact

James White

Email

james.white@lewes-eastbourne.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://www.lewes-eastbourne.gov.uk/

one.3) Communication

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

http://www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.sesharedservices.org.uk/esourcing

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Modular Housing Framework

Reference number

EBBC - 032068

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Lewes District Council (acting as the Lead Contracting Authority) and Eastbourne Borough Council each have significant housing development programmes that they would like to deliver, primarily for affordable housing. Some of these projects will be delivered through the standard appointment of traditional construction companies; however, the Councils have identified the significant time and quality benefits of delivering homes through off-site manufactured construction, and further time and cost benefits through appointing a single contractor to deliver a larger pipeline of its medium and small sites. The Councils would therefore like to appoint a single contractor to a Framework Agreement to be the main modular delivery partner to deliver a significant number of residential sites. The majority of sites would be already in the Councils’ ownership, but some may be purchased during the programme period.

two.1.5) Estimated total value

Value excluding VAT: £110,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC

two.2.4) Description of the procurement

Lewes District Council (acting as the Lead Contracting Authority) and Eastbourne Borough Council each have significant housing development programmes that they would like to deliver, primarily for affordable housing. Some of these projects will be delivered through the standard appointment of traditional construction companies; however, the Councils have identified the significant time and quality benefits of delivering homes through off-site manufactured construction, and further time and cost benefits through appointing a single contractor to deliver a larger pipeline of its medium and small sites. The Councils would therefore like to appoint a single contractor to a Framework Agreement to be the main modular delivery partner to deliver a significant number of residential sites. The majority of sites would be already in the Councils’ ownership, but some may be purchased during the programme period.

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: £11,000,000

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: Yes

Description of options

The framework agreement to be established through this procurement will be open for use by Lewes District Council and Eastbourne Borough Council (and in each case their statutory successors and organisations created as a result of re-organisation or organisational changes and their wholly owned entities and subsidiaries). It may also extend to other local government and public sector related organisations (and in each case their statutory successors and organisations created as a result of re-organisation or organisational changes and their wholly owned entities and subsidiaries) within the geographic areas of Brighton and Hove, East Sussex and West Sussex. The entities which may use this framework include (without limitation) the following entities: Aspiration Homes LLP, Lewes Housing Investment Company Limited, Eastbourne Homes Limited, Eastbourne Housing Investment Company Limited, East Sussex County Council, Wealden District Council, Rother District Council, Hastings Borough Council, Horsham District Council, Crawley Borough Council, Adur District Council, Worthing Borough Council, Arun District Council, Mid Sussex District Council, Brighton & Hove City Council

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The selected contractor will be required to actively participate in the achievement of social and/ or environmental objectives. Accordingly contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. Further details of these conditions will be set out in the procurement documents.LDC reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability.


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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

Date

7 May 2021

Local time

3:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

7 May 2021

Local time

3:00pm


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

II.1.5 Estimated Total Value: The value and scope of the framework agreement will depend on the use by other contracting authorities. Although not guaranteed, the estimated value of the framework with the participation of LDC is in the region of 41 250 000 GBP. Although not guaranteed, the estimated value of the framework with the participation of EBC is in the region of 35 250 000 GBP. Although not guaranteed the estimated value of the framework including other contractual authorities may be extended by an estimated additional value of approximately 33 500 000 GBP.All discussions and meetings will be conducted in English, pricing must be in GBP and the process and the contract will be governed and construed in accordance with English law.Participation and the costs and expenses of doing so are entirely at the risk of economic operators and will not be refunded by the contracting authority under any circumstances. The contracting authority shall not be responsible for any costs, charges or expenses incurred by participants and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.All dates and time periods specified in this notice are only provisional and the contracting authority reserves the right to change these. The contracting authority reserves the right to not run any form of competition or award any or part of this contract.Tenderers are advised that the contracting authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contracts Regulations 2015 Part 3. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of England and Wales