Contract

A2Dominion Group Commercial Contractor Framework Agreement 2021

  • A2Dominion

F03: Contract award notice

Notice identifier: 2021/S 000-012152

Procurement identifier (OCID): ocds-h6vhtk-02b6ea

Published 1 June 2021, 11:21am



Section one: Contracting authority

one.1) Name and addresses

A2Dominion

The Point, 37 North Wharf Road

London

W2 1BD

Contact

Mr Wayne Wilson

Email

A2dtenders@a2dominion.co.uk

Telephone

+44 2088251642

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.a2dominion.co.uk

Buyer's address

http://www.a2dominion.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Other type

Housing Association/Registered Provider

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

A2Dominion Group Commercial Contractor Framework Agreement 2021

Reference number

DN497568 - 2020/S 177-428539

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

A2Dominion Housing Group Limited and its subsidiaries invited expressions of interest from suitably experienced and qualified Contractors experienced in design and construction to enter into a long term (4 year) Framework Agreement to provide Works. Works commissioned by the Contracting Authority are predominantly but not exclusively 'new build' in nature and may involve, either wholly or partly, refurbishment or rehabilitation and/or repair. Works will usually involve the design and construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the full or partial design and/or construction of other non-residential types of property, for example schools, highways, foot/road bridges and substations. As was set out in section VI.3, the Framework Agreement will also be available to other Access Bodies.

Important: Please be aware that it is A2Dominion Housing Group Limited’s intention to introduce BIM Level 2 on Call-Off Contracts during the term of the Framework Agreement. Please refer to the A2Dominion’s BIM Statement provided within the procurement documents for important information pertaining to A2Dominion’s current progress in developing BIM capabilities, intentions with regards to the use of BIM and how the Mini-Tendering of Call-Off Contracts is likely to be affected during the Framework Agreement term.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £900,000,000

two.2) Description

two.2.1) Title

London/Home Counties region – Contracts up to £10,000,000

Lot No

LN1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
Main site or place of performance

The award of Call-Off Contracts within these regions is likely to be in London (any London Borough), Hampshire, Surrey and West Sussex.

two.2.4) Description of the procurement

Contracts up to 10,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

London/Home Counties region – Contracts between £10,000,000 and £25,000,000

Lot No

LN2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
Main site or place of performance

The award of contracts within these regions is likely to be in London (any London Borough), Hampshire, Surrey and West Sussex.

two.2.4) Description of the procurement

Contracts between 10,000,000 and 25,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

London/Home Counties region – Contracts exceeding £25,000,000

Lot No

LN3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
  • UKI - London
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
Main site or place of performance

The award of contracts within these regions is likely to be in London (any London Borough), Hampshire, Surrey and West Sussex.

two.2.4) Description of the procurement

Contracts in excess of 25,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

Oxfordshire, Berkshire and Buckinghamshire region – Contracts up to £10,000,000

Lot No

OX1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Any location within the counties of Oxfordshire, Berkshire and Buckinghamshire

two.2.4) Description of the procurement

Contracts up to 10,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

Oxfordshire, Berkshire and Buckinghamshire region – Contracts between £10,000,000 and £25,000,000

Lot No

OX2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Any location within the counties of Oxfordshire, Berkshire and Buckinghamshire

two.2.4) Description of the procurement

Contracts between 10,000,000 and 25,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

Oxfordshire, Berkshire and Buckinghamshire region – Contracts exceeding £25,000,000

Lot No

OX3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Any location within the counties of Oxfordshire, Berkshire and Buckinghamshire

two.2.4) Description of the procurement

Contracts exceeding 25,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

Bristol and Avon region – Contracts up to £10,000,000

Lot No

BR1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance

The award of Call-Off Contracts within these regions is most likely to be in the Bristol and Avon areas.

two.2.4) Description of the procurement

Contracts up to 10,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

Bristol and Avon region – Contracts between £10,000,000 and £25,000,000

Lot No

BR2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance

The award of Call-Off Contracts within these regions is most likely to be in the Bristol and Avon areas.

two.2.4) Description of the procurement

Contracts between 10,000,000 and 25,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.

two.2) Description

two.2.1) Title

Bristol and Avon region – Contracts exceeding £25,000,000

Lot No

BR3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK23 - Somerset
Main site or place of performance

The award of Call-Off Contracts within these regions is most likely to be in the Bristol and Avon areas.

two.2.4) Description of the procurement

Contracts exceeding 25,000,000 GBP in value. Works will often be 'new build' in nature but may involve refurbishment, rehabilitation and/or repair. Works will usually involve the design and/or construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the design and/or construction of non-residential types of property, for example schools, highways, foot/road bridges and substations.

two.2.5) Award criteria

Quality criterion - Name: General Declaration and Continuity Statement / Weighting: 0

Quality criterion - Name: BIM Statement – Declaration / Weighting: 0

Quality criterion - Name: Confidentiality Agreement / Weighting: 0

Quality criterion - Name: Conflict of Interest - Declaration / Weighting: 0

Quality criterion - Name: Non Canvassing – Declaration / Weighting: 0

Quality criterion - Name: Non Collusion – Declaration / Weighting: 0

Quality criterion - Name: Social Value Statement – Declaration / Weighting: 0

Quality criterion - Name: Framework Agreement / Weighting: 0

Quality criterion - Name: Employer’s Requirements / Weighting: 0

Quality criterion - Name: Defects Management System / Weighting: 0

Quality criterion - Name: Design Management / Weighting: 15

Quality criterion - Name: Revenue Optimisation through Design / Weighting: 5

Quality criterion - Name: Risk Management / Weighting: 17

Quality criterion - Name: Quality Management / Weighting: 15

Quality criterion - Name: Aftercare, Defects Management and Customer Service / Weighting: 15

Quality criterion - Name: Development Opportunities / Weighting: 2

Quality criterion - Name: Supply Chain Management / Weighting: 4

Quality criterion - Name: Staff Continuity / Weighting: 4

Quality criterion - Name: Value Management / Weighting: 3

Price - Weighting: 20

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

IMPORTANT: To obtain the procurement documents, Candidates/Tenderers were required to follow the URL provided in the Contract Notice.


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

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: 2020/S 177-428539


Section five. Award of contract

Lot No

LN1

Title

London/Home Counties region – Contracts up to £10,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bugler Developments Limited

Bugler House, 25 High Street, Rickmansworth

Hertfordshire

WD3 1ET

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01577251

The contractor is an SME

No

five.2.3) Name and address of the contractor

Buxton Building Contractors Limited

Cedar House, 91 High Street, Caterham

Surrey

CR3 5UX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02261235

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

Glenman Corporation Limited

8 Power Road, Chiswick

London

W4 5PY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

BR015247

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kingsbury Construction Co Limited

61 Caversham Road, Kentish Town

London

NW5 2DH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01256936

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way, Borehamwood

Hertfordshire

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Neilcott Construction Limited

Excel House,Cray Avenue, Orpington

Kent

BR5 3ST

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01151561

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real LSE Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Syntec Projects Limited

16 Northfields Prospect, Putney Bridge Road

London

SW18 1PE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03938105

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Thakeham Partnerships Limited

Thakeham House, Summers Place, Stane Street

Billingshurst, West Sussex

RH14 9GN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08307696

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TSG Building Services Plc

Cranborne Road, Potters Bar

Hertfordshire

EN6 3JN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03908728

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £63,000,000


Section five. Award of contract

Lot No

LN2

Title

London/Home Counties region – Contracts between £10,000,000 and £25,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ardmore Construction Limited

6 Wharf Studios, 28 Wharf Road

London

N1 7GR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01185592

The contractor is an SME

No

five.2.3) Name and address of the contractor

Bennett (Construction) Limited

49-51 Central Street

London

EC1V 8AB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

BR010560

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Durkan Limited

4 Elstree Gate, Elstree Way

Borehamwood

WD6 1JD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00997195

The contractor is an SME

No

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

Higgins Partnership 1961 Plc

One Langston Road

Loughton

IG10 3SD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00684617

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill Partnerships Limited

Gunpowder Mill, Powdermill Lane

Waltham Abbey

EN9 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02599073

The contractor is an SME

No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Mulalley and Company Limited

Teresa Gavin House, Woodford Avenue

Woodford Green

IG8 8GA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01534913

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real LSE Limited

71-75 Shelton Street, Covent Garden

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

United Living (South) Limited

Azalea Drive

Swanley

BR8 8HU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wates Construction Limited

Station Approach

Leatherhead

KT22 7SW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01977948

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £144,000,000


Section five. Award of contract

Lot No

LN3

Title

London/Home Counties region – Contracts exceeding £25,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ardmore Construction Limited

6 Wharf Studios, 28 Wharf Road

London

N1 7GR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01185592

The contractor is an SME

No

five.2.3) Name and address of the contractor

Bouygues (UK) Limited

1 Lambeth Palace Road

London

SE1 7EU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03460378

The contractor is an SME

No

five.2.3) Name and address of the contractor

Durkan Limited

4 Elstree Gate, Elstree Way

Borehamwood

WD6 1JD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00997195

The contractor is an SME

No

five.2.3) Name and address of the contractor

HG Construction Limited

4 Hunting Gate

Hitchin

SG4 0TJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01617719

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Higgins Partnership 1961 Plc

One Langston Road

Loughton

IG10 3SD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00684617

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill Partnerships Limited

The Powerhouse, Gunpowder Mill, Powdermill Lane

Waltham Abbey

EN9 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02599073

The contractor is an SME

No

five.2.3) Name and address of the contractor

McLaren Construction Limited

100 Kings Road,

Brentwood

CM14 4EA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05377750

The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Mulalley and Company Limited

Teresa Gavin House, Woodford Avenue

Woodford Green

IG8 8GA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01534913

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real LSE Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

United Living (South) Limited

Media House, Azalea Drive

Swanley

BR8 8HU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wates Construction Limited

Station Approach,

Leatherhead

KT22 7SW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01977948

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £423,000,000


Section five. Award of contract

Lot No

OX1

Title

Oxfordshire, Berkshire and Buckinghamshire region – Contracts up to £10,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bugler Developments Limited

25 High Street

Rickmansworth

WD3 1ET

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01577251

The contractor is an SME

No

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

EW Beard Limited

Faraday Road

Swindon

SN3 5JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01126135

The contractor is an SME

No

five.2.3) Name and address of the contractor

Glenman Corporation Limited

8 Power Road

Chiswick

W4 5PY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

BR015247

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kingsbury Construction Co Limited

61 Caversham Road Kentish Town

London

NW5 2DH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01256936

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Neilcott Construction Limited

Excel House, Cray Avenue

Orpington

BR5 3ST

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01151561

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real LSE Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Thakeham Partnerships Limited

Thakeham House, Summers Place, Stane Street

Billingshurst

RH14 9GN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08307696

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TSG Building Services Plc

Cranborne Road, Potters Bar

Hertfordshire

EN6 3JN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03908728

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vistry Partnerships

11 Tower View, Kings Hill

West Malling

ME19 4UY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00800384

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £27,000,000


Section five. Award of contract

Lot No

OX2

Title

Oxfordshire, Berkshire and Buckinghamshire region – Contracts between £10,000,000 and £25,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bugler Developments Limited

25 High Street

Rickmansworth

WD3 1ET

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01577251

The contractor is an SME

No

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill Partnerships Limited

The Powerhouse, Gunpowder Mill, Powdermill Lane

Waltham Abbey

EN9 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02599073

The contractor is an SME

No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real LSE Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Thakeham Partnerships Limited

Summers Place, Stane Street

Billingshurst

RH14 9GN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08307696

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

United Living (South) Limited

Media House, Azalea Drive

Swanley

BR8 8HU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00817560

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vistry Partnerships

11 Tower View, Kings Hill,

West Malling

ME19 4UY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00800384

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wates Construction Limited

Station Approach,

Leatherhead

KT22 7SW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01977948

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £49,500,000


Section five. Award of contract

Lot No

OX3

Title

Oxfordshire, Berkshire and Buckinghamshire region – Contracts exceeding £25,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

Henry Construction Projects Limited

Parkway Farm, Church Road

Cranford

TW5 9RY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

07282527

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill Partnerships Limited

The Powerhouse, Gunpowder Mill, Powdermill Lane

Waltham Abbey

EN9 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02599073

The contractor is an SME

No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Lovell Partnerships Limited

14-17 Market Place

London

W1W 8AJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real LSE Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vistry Partnerships

11 Tower View, Kings Hill

West Malling

ME19 4UY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00800384

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wates Construction Limited

Station Approach,

Leatherhead

KT22 7SW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01977948

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £76,500,000


Section five. Award of contract

Lot No

BR1

Title

Bristol and Avon region – Contracts up to £10,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

EW Beard Limited

Faraday Road

Swindon

SN3 5JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01126135

The contractor is an SME

No

five.2.3) Name and address of the contractor

Midas Construction Limited

Pynes Hill

Exeter

EX2 5WS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01240442

The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real SW Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vistry Partnerships

11 Tower View, Kings Hill

West Malling

ME19 4UY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00800384

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £27,000,000


Section five. Award of contract

Lot No

BR2

Title

Bristol and Avon region – Contracts between £10,000,000 and £25,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bouygues (UK) Limited

Becket House, 1 Lambeth Palace Road

London

SE1 7EU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03460378

The contractor is an SME

No

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park, Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill Partnerships Limited

The Powerhouse, Gunpowder Mill, Powdermill Lane

Waltham Abbey

EN9 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02599073

The contractor is an SME

No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Lovell Partnerships Limited

14-17 Market Place

London

W1W 8AJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

Midas Construction Limited

Pynes Hill

Exeter

EX2 5WS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01240442

The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real SW Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vistry Partnerships

11 Tower View, Kings Hill

West Malling

ME19 4UY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00800384

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wates Construction Limited

Station Approach

Leatherhead

KT22 7SW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01977948

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £45,000,000


Section five. Award of contract

Lot No

BR3

Title

Bristol and Avon region – Contracts exceeding £25,000,000

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bouygues (UK) Limited

Becket House, 1 Lambeth Palace Road

London

SE1 7EU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

03460378

The contractor is an SME

No

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Q3 Office Quorum Business Park , Benton Lane

Newcastle Upon Tyne

NE12 8EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01738371

The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill Partnerships Limited

The Powerhouse, Gunpowder Mill, Powdermill Lane

Waltham Abbey

EN9 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02599073

The contractor is an SME

No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Midgard Limited

4 Elstree Way

Borehamwood

WD6 1RN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

05718686

The contractor is an SME

No

five.2.3) Name and address of the contractor

Lovell Partnerships Limited

14-17 Market Place

London

W1W 8AJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02387333

The contractor is an SME

No

five.2.3) Name and address of the contractor

Real SW Limited

71-75 Shelton Street, Covent Garden

London

WC2H 9JQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12422424

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vistry Partnerships

11 Tower View, Kings Hill

West Malling

ME19 4UY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00800384

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wates Construction Limited

Station Approach

Leatherhead

KT22 7SW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01977948

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £45,000,000


Section six. Complementary information

six.3) Additional information

Works commissioned by the Contracting Authority (A2Dominion) are predominantly but not exclusively 'new build' in nature and may involve, either wholly or partly, refurbishment or rehabilitation and/or repair. Works will usually involve the design and construction of residential properties, often mixed tenure and may also include full or partial design and/or construction of commercial premises. Works may occasionally involve the full or partial design and/or construction of other non-residential types of property, for example schools, highways, foot/road bridges and substations.

Works will take place in England, with particular focus in London, Berkshire, Hampshire, Surrey, East Sussex, Oxfordshire and Bristol. Sites may be procured within English counties which are outside of these core areas and A2Dominion and any access body wishing to use this Framework Agreement may do so at their discretion. However, to the extent that works are procured within a particular region/lot value, the Framework Panel Members within that corresponding lot will be considered for participation in any call-off process.

The Authority (or any access body) reserves the right at its sole discretion to invite Framework Panel Members from an additional Lot or Lots, to participate in the mini-tender competition, where it is considered that there is, or is likely to be, insufficient competition from the Framework Panel Members in any given Lot.

Works will vary widely in size and scope from small greenfield/brownfield ‘infill’ sites to very large urban regeneration/greenfield development projects. Works may involve buildings/structures with Listed status and/or be located in areas of special environmental status, for example.

Locations of sites may vary from high density built-up urban centres/suburbs to sparsely populated rural areas. Densities will vary from low to very high. Storey heights may vary widely from 2-3 storeys to multi-storey towers. Sustainable/renewable technologies of any kind may be involved on any project along with any forms of construction, from traditional methods to modern methods of construction.

Build contracts awarded under the Framework Agreement are likely to be (but not exclusively) governed by the JCT 2016 (Design & Build) form of contract incorporating amendments, as may be amended and/or updated from time to time. Other forms of JCT contract may be used (for example, Minor Works and Intermediate, etc), or alternatively other forms of contract, for example the NEC3 suite of contracts and Partnering forms (such as PPC2000), again incorporating amendments. Bespoke building contracts and/or Joint Venture arrangements may also be used.

Tenders submitted in relation to this procurement will be in accordance with the JCT 2016 (Design & Build) form of contract incorporating amendments.

The Contracting Authority, Contracting Authority's Representative and any consultants acting for or on behalf of the Contracting Authority in connection with the Framework selection process, accept no liability for any costs incurred by any Supplier or related third parties in the preparation and submission of their PQQ/ITT documentation.

Suppliers also accept that the Contracting Authority, expressly in accordance with the Regulations governing this process, reserves the right to change the basis and/or procedures for selecting Framework Contractors, including terminating the process outright, and any ensuing Contract 'call offs' without prior notice and without liability to Suppliers for any costs or expenses incurred as a result of participating in this selection process.

Under the Framework Agreement, A2Dominion, its subsidiaries, organisations within or associated with the A2Dominion and any Access Body (which may include any Public body, including central government departments, their agencies and non-departmental bodies, local authorities, National Health Service bodies, community land trusts, the Greater London Authority, fire authorities, transport authorities, education establishments, police authorities, registered providers/housing associations/charitable bodies and the City of London Corporation) have the option to enter into call off contracts with individual framework contractors as and when works are required.

Suppliers should note that, under the Framework Agreement, A2Dominion, its subsidiaries, organisations within or associated with A2Dominion Housing Group Limited and Access Bodies shall not be under any obligation to "call off" contracts with Framework Contractors and reserves the right to award a Contract to any main Contractor or trade Contractor outside of the Framework Agreement.

The Framework Agreement will be in place for four (4) years. However, contracts called off under the Framework Agreement may, where appropriate, continue beyond the four (4) year term of the Framework Agreement.

PLEASE NOTE: Please be aware that it is A2Dominion Housing Group Limited’s intention to introduce BIM Level 2 on Call-Off Contracts during the term of the Framework Agreement. Please refer to the A2Dominion’s BIM Statement provided within the procurement documents for important information pertaining to A2Dominion’s current progress in developing BIM capabilities, intentions with regards to the use of BIM and how the Mini-Tendering of Call-Off Contracts is likely to be affected during the Framework Agreement term.

PLEASE NOTE that in order to obtain the procurement documents, you must follow the URL provided in this notice, where you will be required to complete a few details before being provided unrestricted and free access to the procurement documents. The details you provide will be recorded by the authority and will be used for the purposes of sending notifications to all Suppliers during the procurement process. Therefore please ensure the details you provide are correct.

six.4) Procedures for review

six.4.1) Review body

A2Dominion Housing Group Limited

The Point, 37 North Wharf Road

London

W2 1BD

Email

A2dtenders@a2dominion.co.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom