Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
Contact
Mrs Victoria Adjekum
Victoria.adjekum@cheshireeast.gov.uk
Country
United Kingdom
Region code
UKD62 - Cheshire East
Internet address(es)
Main address
http://www.cheshireeast.gov.uk/
Buyer's address
http://www.cheshireeast.gov.uk/
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
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
Contract for the Development of Mountview, Congleton
Reference number
DN690526
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Cheshire East Council is seeking to procure a provider to design, build, finance and operate two specialist housing schemes at Mountview, Congleton, CW12 4YF.
Cheshire East Council are seeking submissions which are compliant with the mandatory elements outlined in the procurement documentation, which can evidence a clear approach to planning, development and the management of specialist accommodation. The care to be provided in these units will be commissioned separately to this tender.
Mountview is located on the outskirts of Congleton and is a former care home and day service. Cheshire East are looking to develop a site which promotes independent living and can meet the needs of those with learning disabilities and complex needs.
The 36 month contract term is for the purposes of the development agreement. The successful tenderer will also be expected to enter into a long-term nomination agreement with Cheshire East Council.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
- 75123000 - Administrative housing services
- 85140000 - Miscellaneous health services
- 98340000 - Accommodation and office services
two.2.3) Place of performance
NUTS codes
- UKD62 - Cheshire East
two.2.4) Description of the procurement
The Council is looking to work with a provider to develop and manage a housing solution which will meet the needs of those with a learning disability and some with complex needs including autism and behaviour that challenges.
We are looking to work with a partner in the development of two specialist housing scheme which incorporates new assistive technology which will aid independence.
The requirement for this site is for two different schemes are outlined in the procurement documents.
Consideration will be given to the possibility of a small number of ground floor dwellings being developed on the site away from the mandatory schemes. The dwellings could be suitable for older occupiers or those with a physical need for ground floor accommodation.
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
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
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
This procurement exercise will be conducted on Cheshire East Borough Council's electronic Contract and Tender Management System at the www.the-chest.org.uk Organisations wishing to be considered for this contract must register their expression of interest and provide additional required information through the Contract and Tender Management System. Expressions of interest must be by way of completion and return of the Selection Questionnaire (‘SQ’) (in accordance with the requirements set out in the SQ) by the date and time specified in Section IV.2.2.
If you have any technical problems with The Contract and Tender Management System please contact the help-desk on: ProcontractSuppliers@proactis.com or 0330 005 0352. In order to participate, providers must register, complete and upload completed documentation and submit this via the Chest at the link provided in this notice. The project reference on The Chest is DN690526. The values given in this notice are only estimations— the Council gives no guarantee or warranty or makes any representation as to the accuracy of any indicative values.
The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. Bidders should note that the procurement documents (including the Invitation to Submit Initial Tender) are draft documents at this stage, providing indicative information of the Council's intended approach in the procurement process and are for general information only. The Council reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
The council will take through to the Invitation to Submit Initial Tender (ISIT) stage up to six suitably qualified bidders. All bidders must score a minimum of 45% on the scored quality SQ questions and must meet all mandatory pass/fail criteria. Bidders are also required to score a minimum of a 2 for each scored question.
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
As per procurement documents — The Provider may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
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.1.5) 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-025638
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 May 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 June 2024
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)
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
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period)and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to review and scrutinise the award decision before the contract is entered into.