Section one: Contracting authority
one.1) Name and addresses
Communities and Housing Investment Consortium (CHIC) Limited
84 Spencer Street
Birmingham
B18 6DS
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://app.panacea-software.com/chic/Login.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://app.panacea-software.com/chic/Login.aspx
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
CHIC NEWBUILD FRAMEWORK 2023
Reference number
FW-38
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
CHIC intends to procure an 8-year Newbuild Development Framework for construction works and consultancy services. The framework will cater for a wide range of project types, from small infill and garage sites to large estate regeneration projects including newbuild, refurbishment/retrofit and cross subsidy housing for sale. As CHIC works across the UK development will include a diverse range from traditional 1/2/3 storey buildings to medium and high rise. Although generally housing focused, being Housing Associations and Local Authority landlords, members are more diverse (education, health, commercial sectors), so the Framework is being procured for a wider range of needs than just housing. The framework will provide a variety of different solutions needed for certain projects, providing options to select the most appropriate ‘route to market’ for specific projects whilst supporting and promoting Modern Methods of Construction (MMC) and comprise the following lots:
Lot 1 – Consultancy Services for newbuild and regeneration projects
Workstream 1- project manager/contract administrator/employers agent/ quantity surveyor
Workstream 2 – Architectural Services
Workstream 3 – Engineering Services (Structural and Civil)
Workstream 4 – Principal Designer
Lot 2 – Development Contracting Services
Workstream 1 – Newbuild Main Contractors
Workstream 2 – MMC Manufacturers – Fully Modular
Workstream 3 – MMC Manufacturers – Frame& Panel
Workstream 4 – MMC Turnkey Contractors
LOT 3 – REGENERATION CONTRACTORS
Provision of services of contractors which can combine any range of the following works and services:
• traditional newbuild (brick and block)
• MMC newbuild (whole building and/or pods)
• refurbishment
• building conversions
• decarbonisation retrofit
• infrastructure improvements
• housing for sale (by Employer or Contractor)
Contracts awarded under the Framework may or may not involve consultancy services or works also awarded under this Framework. For each workstream the contractor can select the size/value of projects for which they wish to apply and the size and scale of buildings (low/medium/high rise).All workstreams operate independently of one another. Where a project is a mixed development of residential and refurbishment/upgrade works and potentially commercial buildings or schools and community buildings, the framework may also be used to deliver the regeneration and non-residential element.
two.1.5) Estimated total value
Value excluding VAT: £3,160,000,000
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
Lot 1 – DEVELOPMENT CONSULTANCY SERVICES
Lot No
1
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71311100 - Civil engineering support services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314100 - Electrical services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
- 71315000 - Building services
- 71318000 - Advisory and consultative engineering services
- 71319000 - Expert witness services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71325000 - Foundation-design services
- 71326000 - Ancillary building services
- 71327000 - Load-bearing structure design services
- 71328000 - Verification of load-bearing structure design services
- 71330000 - Miscellaneous engineering services
- 71410000 - Urban planning services
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 79994000 - Contract administration services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
WORKSTREAM 1
PROJECT MANAGER/CONTRACT ADMINISTRATOR/EMPLOYERS AGENT/ QUANTITY SURVEYOR
Members (Employers) may require a range of project management/contract administration and related services according to project type, scope and value and determined by their own internal capacity. This Framework will give flexibility for those services to be defined at contract call off stage and may involve any, some or all of pre-construction services, construction stage services and post completion services, including on-going project monitoring.
WORKSTREAM 2
ARCHITECTURAL SERVICES
Members (Employers) may require to directly appoint Architects to provide design solutions for sites and projects, to provide planning advice and support, secure planning consents and to work with contractors and other consultants to achieve viable projects. Design may involve standard house types (an expectation for MMC projects), bespoke designs and be for low, medium and high-rise buildings. Architectural services will be primarily for pre-construction phases but may involve construction stage and post completion/monitoring services. Where the Employer adopts a ‘design and build’ contract approach, the Architects role may or may not transfer to the Contractor becoming the Employer. Architects may be required to work as part of a multi-disciplinary project team for pre-construction services, including a contractor(s).
WORKSTREAM 3
ENGINEERING SERVICES (STRUCTURAL AND CIVIL)
Members (Employers) may require to directly appoint engineers to provide structural and/or civil engineering design and related services for any size and range of projects. Building designs may involve standard house types or bespoke design solutions and be for low, medium and high-rise buildings. Engineering services will be primarily for pre-construction phases, to support the Employer to secure planning consents for viable schemes but may involve construction stage and post completion/ monitoring services. Where the Employer adopts a ‘design and build’ contract approach, the Engineers role may or may not transfer to the Contractor becoming the Employer. Engineers may be required to work as part of a multi-disciplinary project team for pre-construction services, including a contractor(s).
WORKSTREAM 4
PRINCIPAL DESIGNER
Members (Employers) may require to directly appoint Principal Designers to plan, manage, monitor and co-ordinate health and safety risks in the pre-construction phase of a project and then to continue these duties through the life of the project.
Notes:
(1) Members (Employers) may or may not appoint Consultants to provide any, some or all of the services in Lot 1, which may be for projects to be constructed by contractors (and MMC manufacturers) procured under Lot 2 of this Framework.
(2) Members (Employers) may appoint Consultants to provide any, some or all of the services in Lot 1, for projects where the contractor is not procured under Lots 2 or 3 of this Framework.
(3) For each service the consultant can select the value/scale of projects for which they are applying and the geographical coverage available.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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: 80
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
LOT 2 – DEVELOPMENT CONTRACTING SERVICES
Lot No
2
two.2.2) Additional CPV code(s)
- 44142000 - Frames
- 44211100 - Modular and portable buildings
- 44220000 - Builders' joinery
- 44232000 - Timber roof trusses
- 45111291 - Site-development work
- 45113000 - Siteworks
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45260000 - Roof works and other special trade construction works
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
WORKSTREAM 1
NEWBUILD MAIN CONTRACTORS
Members (Employers) may require the services of a contractor which can construct newbuild property:
• with traditional brick and block solutions
• acting as main contractor for schemes using an MMC manufacturer for the supply of some or all building components
• where there is also ancillary refurbishment, regeneration and retrofit works
Contracts may be awarded separately for pre-construction and construction stage services, or jointly, and may be on a design and build or build only basis.
WORKSTREAM 2 – FULLY MODULAR
MMC MANUFACTURERS
Members (Employers) may require the services of an MMC manufacturer, for any off-site manufactured solution, where the manufacturer is only able to provide homes and other buildings to site and to erect on site, but where main contractor/ groundworks are undertaken by a main contractor.
Members (Employers) may contract direct for the manufacture or may require the manufacturer to supply to (and contract with) a main contractor where selected either under this framework (Workstream 1) or elsewhere.
Contracts may be on a design and build or build only basis.
Manufactured buildings may be whole houses (or other use buildings) or room pods.
WORKSTREAM 3 – FRAME AND PANEL
Members (Employers) may require the services of an MMC manufacturer, for any off-site manufactured solution, where the manufacturer is only able to provide the frames or frames and panels for the main structure of homes and other buildings to site and to erect on site, but where all other construction services are undertaken by a main contractor.
Members (Employers) may contract direct for the manufacture or may require the manufacturer to supply to (and contract with) a main contractor where selected either under this framework (Workstream 1) or elsewhere.
Manufactured buildings may be whole houses (or other use buildings) or room pods.
WORKSTREAM 4
MMC TURNKEY CONTRACTORS
Members (Employers) may require the services of an MMC manufacturer which can also act as main contractor. For contracts awarded under this workstream, the project will be primarily manufactured off-site, but the MMC Turnkey Contractor will also have responsibility for all site based and related main contractor works.
Contracts may be on a design and build or build only basis. Contracts may be awarded separately for pre-construction and construction stage services, or jointly.
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: £2,400,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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: 145
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
(1) Contracts awarded under the Framework may or may not involve consultancy services or works also awarded under this Framework.
(2) For each workstream the contractor can select the size/value of projects for which they wish to apply and the size and scale of buildings (low/medium/high rise).
All workstreams operate independently of one another.
Where a project is a mixed development of residential and refurbishment/upgrade works and potentially commercial buildings or schools and community buildings, the framework may also be used to deliver the regeneration and non-residential element.
The Framework will provide national coverage across the United Kingdom (UK). The opportunity is provided for Economic Operators to identify those areas or regions where they will be able to provide a service.
two.2) Description
two.2.1) Title
LOT 3 – REGENERATION CONTRACTORS
Lot No
3
two.2.2) Additional CPV code(s)
- 45111100 - Demolition work
- 45111200 - Site preparation and clearance work
- 45111300 - Dismantling works
- 45113000 - Siteworks
- 45120000 - Test drilling and boring work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45300000 - Building installation work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Contractors which can combine any range of the following works and services:
• traditional newbuild (brick and block)
• MMC newbuild (whole building fully modular, frame and panel and/or pods)
• refurbishment
• building conversions
• decarbonisation retrofit
• infrastructure improvements
• housing for sale (by Employer or Contractor)
Works may be contracted independently or jointly across Pre-construction and construction services for the demolition of existing buildings, site preparation and remediation, construction of infrastructure, new buildings (housing, education, health, commercial, leisure, community) through traditional methods and all categories of offsite construction for low, medium and high rise, and the refurbishment, regeneration and retrofit of existing buildings
Contracts may be awarded on a risk and reward sharing basis (e.g. for cross subsidy from property for sale).
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: £640,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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: 30
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
(1) Contracts awarded under the Framework may or may not involve consultancy services or works also awarded under this Framework.
(2) For each workstream the contractor can select the size/value of projects for which they wish to apply and the size and scale of buildings (low/medium/high rise).
All workstreams operate independently of one another.
Where a project is a mixed development of residential and refurbishment/upgrade works and potentially commercial buildings or schools and community buildings, the framework may also be used to deliver the regeneration and non-residential element.
The Framework will provide national coverage across the United Kingdom (UK). The opportunity is provided for Economic Operators to identify those areas or regions where they will be able to provide a service.
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
CHIC has consulted with members and supply chain stakeholders and based upon feedback decided to procure a new 8-year framework for Newbuild Development and related works and services.
The extended duration of the framework recognises the long lead in times for newbuild and regeneration and the need to share learning from scheme to scheme (across projects and members) to secure continuous improvement.
CHIC is seeking to work with consultants and contractors which are appointed to this framework, to develop standard designs, specification and manufacturing solutions to drive qualitative improvements and efficiencies in New Build housing.
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
30 May 2023
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 June 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The 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.
For more information about this opportunity, please visit the CHIC eSourcing portal at: https://app.panacea-software.com/chic/Login.aspx
The Authority expressly reserves the right:
1. To award one, some, all or no lots.
2. Not to award any framework agreements/contracts as a result of the procurement process commenced by publication of this notice or to cancel the procurement at ant stage; and
3. To make whatever changes it may see fit to the content and structure of the procurement competition.
If the Authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any tenderer as a result. Economic Operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the Authority be liable for costs or expense borne by Economic Operators.
six.4) Procedures for review
six.4.1) Review body
The High Court, Royal Courts of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
High Court of England and Wales, Royal Courts of Justice, Strand, London WC1A 2LL
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office - High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom