Opportunity

MMC - The Provision of Offsite Volumetric Category 1 Housing Construction Framework

  • Bromford

F02: Contract notice

Notice reference: 2021/S 000-021707

Published 2 September 2021, 9:34am



Section one: Contracting authority

one.1) Name and addresses

Bromford

Shannon Way

Tewkesbury

GL20 8ND

Contact

Miss Rachel Lee

Email

rachel.lee@bromford.co.uk

Telephone

+44 7970412108

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.bromfordgroup.co.uk

Buyer's address

http://www.bromfordgroup.co.uk

one.3) Communication

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

https://ProContract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ProContract.due-north.com/

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

MMC - The Provision of Offsite Volumetric Category 1 Housing Construction Framework

Reference number

DN564637

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Bromford requires the supply of high-quality offsite housing construction works, goods and services.

The scope for this procurement process is to establish a framework agreement covering a range of offsite manufacturing and onsite techniques that provide alternatives to traditional house-building methods to include the development of small to large sites.

The framework will include the following material genres:

Light gauge steel frame (LGS) and cross laminated timber - factory built under a quality controlled environment and delivered as a complete unit.

Cross laminated timber (CLT) - factory built under a quality controlled environment, delivered part complete to site, external facades add after assembly.

It is Bromford's aim to deliver 50 homes in Year 1 and 100-200 homes in Years 2 and 3 so based on this information Bromford anticipate the estimated value of the contract (both lots 1 and 2) to be £7m in Year 1 and up to £50m in Year 3.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Category 1 Pre-manufacturing 3D primary structural systems Light Gauge Steel Frame and Cross Laminated Timber Supply & Installation Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Category 1

Pre-manufacturing

3D primary structural systems

Light Gauge Steel Frame and Cross Laminated Timber

Supply & Installation Only

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion- Name: Quality & Technical Merit / Weighting / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Category 1 Pre-manufacturing 3D primary structural systems Light Gauge Steel Frame and Cross Laminated Timber Turnkey Delivery

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Category 1

Pre-manufacturing

3D primary structural systems

Light Gauge Steel Frame and Cross Laminated Timber

Turnkey Delivery

two.2.5) Award criteria

Quality criterion - Name: Quality Criterion - Name: Quality & Technical Merit / Weighting / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

1 October 2021

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 October 2021

Local time

12:00pm


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

The Cabinet Office

London

Country

United Kingdom