Tender

Provision of demolition and development at Westmead Road

  • ASRA Construction Services Limited

F02: Contract notice

Notice identifier: 2022/S 000-014909

Procurement identifier (OCID): ocds-h6vhtk-0340e3

Published 27 May 2022, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

ASRA Construction Services Limited

52 – 54 Southwark Street

London

SE1 1UN

Contact

Guy Ambrose

Email

guy.ambrose@pahousing.co.uk

Country

United Kingdom

NUTS code

UKI - London

National registration number

07038264

Internet address(es)

Main address

https://www.pahousing.co.uk/

one.3) Communication

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

https://in-tendhost.co.uk/pahousing/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/pahousing/aspx/Home

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of demolition and development at Westmead Road

Reference number

PAPP-0472

two.1.2) Main CPV code

  • 45211340 - Multi-dwelling buildings construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Project aims to regenerate the site at 71 – 75 Westmead Road, Sutton, SM1 4JF (the Site) to provide a pleasant living environment for new residents. The Project has achieved planning permission and aims to construct a four (4) storey (ground floor to third floor) development consisting of thirty-five (35) apartments with associated services, landscaping, cycle storage and car parking areas. The Project will deliver a play space as well as planting and hard landscaping.All the units will be required to meet:• the minimum size requirements of the Core Strategy and the London Housing Design Guide August 2010; and • the principles of Secure by Design as described further in the Employer's Requirements. The anticipated value of the Project is approximately eight million five hundred thousand pounds (£8,500,000) excluding VAT. Tenderers should note that this sum is indicative only and is not to be read as a fixed or final cost. The anticipated build period for the Contract will be

two.1.5) Estimated total value

Value excluding VAT: £8,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 71245000 - Approval plans, working drawings and specifications
  • 45100000 - Site preparation work
  • 71247000 - Supervision of building work
  • 45233100 - Construction work for highways, roads
  • 45233161 - Footpath construction work
  • 45113000 - Siteworks
  • 45211341 - Flats construction work
  • 45112723 - Landscaping work for playgrounds
  • 71248000 - Supervision of project and documentation
  • 50000000 - Repair and maintenance services
  • 45343230 - Sprinkler systems installation work
  • 45213312 - Car park building construction work
  • 45111100 - Demolition work

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

The Project aims to regenerate the site at 71 – 75 Westmead Road, Sutton, SM1 4JF (the Site) to provide a pleasant living environment for new residents. The Project has achieved planning permission and aims to construct a four (4) storey (ground floor to third floor) development consisting of thirty-five (35) apartments with associated services, landscaping, cycle storage and car parking areas. The Project will deliver a play space as well as planting and hard landscaping.All the units will be required to meet:• the minimum size requirements of the Core Strategy and the London Housing Design Guide August 2010; and • the principles of Secure by Design as described further in the Employer's Requirements. The anticipated value of the Project is approximately eight million five hundred thousand pounds (£8,500,000) excluding VAT. Tenderers should note that this sum is indicative only and is not to be read as a fixed or final cost. The anticipated build period for the Contract will be approximately 24 months.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

1 July 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Court of Justice, The Strand

London

W2 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Court of Justice, The Strand

London

W2 2LL

Country

United Kingdom

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

The Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom