- Scope of the procurement
- Lot LN1. London/Home Counties region – Contracts up to £10,000,000
- Lot LN2. London/Home Counties region – Contracts between £10,000,000 and £25,000,000
- Lot LN3. London/Home Counties region – Contracts exceeding £25,000,000
- Lot OX1. Oxfordshire, Berkshire and Buckinghamshire region – Contracts up to £10,000,000
- Lot OX2. Oxfordshire, Berkshire and Buckinghamshire region – Contracts between £10,000,000 and £25,000,000
- Lot OX3. Oxfordshire, Berkshire and Buckinghamshire region – Contracts exceeding £25,000,000
- Lot BR1. Bristol and Avon region – Contracts up to £10,000,000
- Lot BR2. Bristol and Avon region – Contracts between £10,000,000 and £25,000,000
- Lot BR3. Bristol and Avon region – Contracts exceeding £25,000,000
Section one: Contracting authority
one.1) Name and addresses
A2Dominion
The Point, 37 North Wharf Road
London
W2 1BD
Contact
Mr Wayne Wilson
Telephone
+44 2088251642
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
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
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