Section one: Contracting authority
one.1) Name and addresses
Milton Keynes Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
contracts@milton-keynes.gov.uk
Telephone
+44 1908691691
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Buyer's address
https://www.milton-keynes.gov.uk
one.1) Name and addresses
TOWN
Reeds Wharf, 33 Mill Street
London
SE1 2AX
contracts@milton-keynes.gov.uk
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/milton-keynes/aspx/Home
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
Milton Keynes Council and TOWN are seeking the appointment of a suitable experienced Contractor for the Agora Regeneration development in Wolverton.
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/milton-keynes/aspx/Home
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Agora Redevelopment Scheme
Reference number
2021-073
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Milton Keynes Council and TOWN (the Employers) are seeking to appoint a competent Contractor to construct 115 new dwellings with associated external works, roads along with St Georges Way car park in accordance with the attached drawings and documentation. This project is for the redevelopment of the site of the Agora Centre, Wolverton and adjacent car park to provide 86 new homes in Blocks A, B, D, E and F as well as 29 homes and a Common House in Block C for a cohousing group, plus 9 ground floor commercial units and one community unit comprising approx. 1,000 m2. This includes reinstatement of Radcliffe Street between Church Street and Buckingham Street / The Square together with associated areas of hard and soft landscaping, car and cycle parking. In addition to the main development site, changes to car parking and landscape at St. George’s Way are to be delivered to support the town centre regeneration.
two.1.5) Estimated total value
Value excluding VAT: £33,000,000
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
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
two.2.4) Description of the procurement
Milton Keynes Council and TOWN are seeking the appointment of a suitable experienced Contractor for the Agora Redevelopment Scheme, providing 115 dwellings over 6 blocks with a mix of houses, flats and retail units along with the St Georges Way Car park works in Wolverton, Church Street, Wolverton, Milton Keynes, MK12 5GL. This project is for the redevelopment of the site of the Agora Centre, Wolverton and adjacent car park to provide 86 new homes in Blocks A, B, D, E and F as well as 29 homes and a Common House in Block C for a cohousing group, plus 9 ground floor commercial units and one community unit comprising approx. 1,000 m2. This includes reinstatement of Radcliffe Street between Church Street and Buckingham Street / The Square together with associated areas of hard and soft landscaping, car and cycle parking. In addition to the main development site, changes to car parking and landscape at St. George’s Way are to be delivered to support the town centre regeneration. The Council is the Employer and funder for the overall site works (on the main site and St George’s Way) and for five of the six development blocks (A, B, D, E and F), which contain a mix of dwellings for market and affordable rent plus retail units. The exception is Block C. The Council is entering into a head lease to TOWN for the development of Block C, and TOWN is the Employer and funder for this block.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Cost criterion - Name: Price / Weighting: 50%
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Bidders are invited to express interest by completing and returning the supplier selection questionnaire (SQ). The SQ gathers information which is used to assess Bidders’ suitability as potential Contractor in terms of experience, capacity, financial standing and ability to deliver the scheme in accordance with the Council’s and TOWN’s requirements. Under the Selection Questionnaire Stage, the Bidder’s SQ response is submitted and evaluated in accordance with criteria stated in tender documents. Bidders who do not meet the required financial and qualitative minimum standards of the SQ will automatically fail and their response will not be considered further. The Council and TOWN’s intention is to invite the five highest scoring Bidders to participate in the Invitation to Tender. If, there is a tie in scores in the ranking into any of the positions one to five, the Council and TOWN reserve the right to invite more than five Bidders to tender. For clarity, these will be the bidders who have been ranked one to five. If there are fewer than five Bidders who have passed the SQ, the Council and TOWN reserve the right to invite the relevant fewer Bidders to tender or at the discretion of the Council and TOWN, to abandon the procurement. Following the selection of the shortlist, the Council and TOWN will invite shortlisted bidder to submit tenders in accordance with the ITT. All Bidders that have submitted an SQ response will be notified of this shortlisting decision.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in tender documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
22 August 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 September 2022
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
Duration in months: 2 (from the date stated for receipt of tender)
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 Royal Court of Justice
London
WC24 2LL
contracts@milton-keynes.gov.uk
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.