Opportunity

Procurement for design and build contractor for a development at 2 – 7 Stockwell Green, London, SW9 9JF

  • ASRA Construction Services Limited

F02: Contract notice

Notice reference: 2021/S 000-032232

Published 23 December 2021, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

ASRA Construction Services Limited

3 Bede Island Road

Leicester

LE2 7EA

Contact

James Lambert

Email

james.lambert@pahousing.co.uk

Country

United Kingdom

NUTS code

UKF21 - Leicester

National registration number

07038264

Internet address(es)

Main address

https://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 to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

Procurement for design and build contractor for a development at 2 – 7 Stockwell Green, London, SW9 9JF

Reference number

PAPP-0422

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 2 – 7 Stockwell Green, London, SW9 9JF (the Site) to provide a pleasant living environment for both new and existing residents. The Project has achieved planning permission and aims to construct a 6-storey building consisting of 24 residential units with commercial premises at ground floor level.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 six million five hundred thousand pounds (£6,500,000) to seven million (£7,000,000) ex 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.1.5) Estimated total value

Value excluding VAT: £7,000,000

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
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 71245000 - Approval plans, working drawings and specifications
  • 45100000 - Site preparation work
  • 45112700 - Landscaping work
  • 45233100 - Construction work for highways, roads
  • 45233161 - Footpath construction work
  • 45113000 - Siteworks
  • 45112712 - Landscaping work for gardens
  • 45211341 - Flats construction work
  • 45112723 - Landscaping work for playgrounds
  • 45111200 - Site preparation and clearance work
  • 71248000 - Supervision of project and documentation
  • 45111213 - Site-clearance work
  • 71247000 - Supervision of building work
  • 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
  • UKI - London

two.2.4) Description of the procurement

ACSL is seeking to appoint a suitably qualified and experienced contractor to enter into a JCT 2016 Design & Build Contract with bespoke amendments to undertake the redevelopment of a 6-storey residential housing project for the redevelopment of 2 - 7 Stockwell Green, London, comprising twenty four (24) residential units with commercial premises at ground floor level.The anticipated value of the Project is approximately six million five hundred thousand pounds (£6,500,000) to seven million (£7,000,000) ex VAT.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: £7,000,000

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

List and brief description of conditions

As set out in the procurement documents available at https://in-tendhost.co.uk/pahousing/aspx/Home

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

4 February 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

4 February 2022

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

High Court of England and Wales

Royal Courts of Justice, Strand, London

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, Strand, London

London

WC2A 2LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom