Tender

Swarcliffe Avenue, Swarcliffe

  • Stonewater Limited

F02: Contract notice

Notice identifier: 2023/S 000-017455

Procurement identifier (OCID): ocds-h6vhtk-03d7c7

Published 20 June 2023, 10:04am



Section one: Contracting authority

one.1) Name and addresses

Stonewater Limited

Suite C, Lancaster House, Enderby Road

Leicester

LE8 6EP

Email

andrew.russell@stonewater.org

Telephone

+44 7387024336

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.stonewater.org/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./CC55HQF7S2

Additional information can be obtained from the above-mentioned address

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

Swarcliffe Avenue, Swarcliffe

Reference number

00142-DVP

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Stonewater is seeking a contractor to support the build of a new development at its Swarcliffe Avenue site. The scheme comprises 33 units, based on the following schedule of accommodation:

•2B3P Bungalow @80m2 – 01no.

•2B4P 2 storey house @79m2 – 12no.

•2B4P 2 storey house@ 81m2 – 03no.

•3B5P 2 storey house @93m2 – 17no.

The proposed development is located on the former St Gregory’s Primary School site off Swarcliffe Avenue and Stanks Gardens. The site was generally recorded as open land until the construction of the primary school in the 1980’s, which was later demolished in 2019. The main site, accessed off Stanks Gardens is approximately 0.91 hectares and is bound by residential properties to the North West boundary and local Community centre to the East West boundary. 2 plots are to be located off Swarcliffe Avenue in between existing dwelling and substation. The site was purchased from Leeds City Council and planning permission has been granted and received.

two.1.5) Estimated total value

Value excluding VAT: £5,790,106

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Due to the value of this project, any tender process is governed by the regulations of the Public Contracts Regulations (2015) and will therefore be subject to the same processes and timeframes required.

The intention is to complete this tender exercise as an Open Procedure, in line with the instructions of the Public Contracts Regulations (2015). This single stage process will combine the Selection Questionnaire (SQ) and the Invitation to Tender (ITT), meaning that bidders will be expected to provide all requested information by one, clear deadline.

The SQ is the standard format required under UK guidelines and requires all bidders to provided key information about their organisation’s financial and legal standing, as well as references of current/previous customers and details of their current insurance policies. In addition to this, Stonewater will also include questions, scored as either a “Pass” or “Fail”, based on key organisational initiatives and how well these match with Stonewater’s own policies. These will cover Corporate Social Responsibility (CSR) and Equality, Diversity and Inclusion (EDI).

The ITT will require bidders to complete the Form of Tender as well as providing responses to some additional questioning, specific to this site. The questions posed will cover areas that are important to the project and to Stonewater as an organisation and will challenge prospective bidders to think about the additional value they can provide, beyond the standard remit.

The pricing requirements of the tender can be found in the Contract Sum Analysis, located in Appendix 2. All bidders should ensure that this is completed fully and in as much detail as possible.

The overall process will be scored against the Most Economically Advantageous Tender (MEAT) principle.

two.2.5) Award criteria

Quality criterion - Name: Responses to Technical and Site Specific Questions / Weighting: 30

Cost criterion - Name: Pricing Submission through a completed Contract Sum Analysis / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £5,790,106

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

Duration in months

16

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: No

four.2) Administrative information

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

Date

14 August 2023

Local time

5:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 December 2023

four.2.7) Conditions for opening of tenders

Date

14 August 2023

Local time

5:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./CC55HQF7S2" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./CC55HQF7S2

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/CC55HQF7S2" target="_blank">https://www.delta-esourcing.com/respond/CC55HQF7S2

GO Reference: GO-2023619-PRO-23231683

six.4) Procedures for review

six.4.1) Review body

Stonewater Limited

Suite C, Lancaster House, Grange Business Park, Enderby Road

Leicester

LE8 6EP

Telephone

+44 7387024336

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Stonewater Limited

Suite C, Lancaster House, Grange Business Park, Enderby Road

Leicester

LE8 6EP

Email

andrew.russell@stonewater.org

Telephone

+44 7387024336

Country

United Kingdom

Internet address

https://www.stonewater.org

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

Stonewater Limited

Suite C, Lancaster House, Grange Business Park, Enderby Road

Leicester

LE8 6EP

Email

andrew.russell@stonewater.org

Telephone

+44 7387024336

Country

United Kingdom

Internet address

https://www.stonewater.org/