Tender

Fields Head Lane, Birstall

  • Stonewater Limited

F02: Contract notice

Notice identifier: 2023/S 000-022689

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

Published 4 August 2023, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Stonewater Limited

Suite C, Lancaster House, Enderby Road

Leicester

LE8 6EP

Contact

Andrew Russell

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./793W35W95G

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

Fields Head Lane, Birstall

Reference number

00144-DVP

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The proposals are to provide 32 family houses comprising 4No 1B, 15No 2B and 13No 3B house types with associated external works and services all in traditional construction. In addition the site will require abnormal works undertaking such as piled foundations, retaining walls, foul pumping station, surface water attenuation, capping layers, methane protection works and highway sub base improvement works.

This requirement was originally tendered and awarded to another contractor in March 2021. However, due to unforeseen difficulties, this contractor was unable to continue the build project, which has been on hold since March 2023. The intention is now to appoint a new supplier for the project, through this tender.

two.1.5) Estimated total value

Value excluding VAT: £7,100,000

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

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 include, but not be limited to, 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 the appendices of the tender pack. All bidders should be able to provide a cost for the PCSA requirement, as well as a full build package, based on the site documentation provided. Bothe elements will be considered and scored as part of the pricing assessment.

two.2.5) Award criteria

Quality criterion - Name: Responses to Technical and Site Specific Questions / Weighting: 20

Cost criterion - Name: Pricing Submission through a completed Contract Sum Analysis / Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £7,100,000

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

Duration in months

18

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All requirements in this area are stated in the standard selection questionnaire and in the tender pack.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The minimum economic and financial standing should be in line with the estimated value of the project and a bidder's ability to deliver against that value.

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

29 September 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 January 2024

four.2.7) Conditions for opening of tenders

Date

2 October 2023

Local time

9:00am


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

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

https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./793W35W95G" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-work./793W35W95G

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/793W35W95G" target="_blank">https://www.delta-esourcing.com/respond/793W35W95G

GO Reference: GO-202383-PRO-23566422

six.4) Procedures for review

six.4.1) Review body

Stonewater Limited

Suite C, Lancaster House, Enderby Road

Leicester

LE8 6EP

Email

andrew.russell@stonewater.org

Telephone

+44 7387024336

Country

United Kingdom

Internet address

https://www.stonewater.org

six.4.2) Body responsible for mediation procedures

Stonewater Limited

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

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/