UK-Houghton Regis: Construction work.

UK-Houghton Regis: Construction work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Aldwyck Housing Group
6 Houghton Hall Business Park, Porz Avenue, Houghton Regis, LU5 5UZ, United Kingdom
Tel. +44 1582869220, Email: stephanie.turner@aldwyck.co.uk
Contact: Stephanie Turner
Main Address: https://ww.aldwyck.co.uk
NUTS Code: UKH2

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Aldwyck Housing Group Constructor Framework
Reference number: ALDCFWA1

II.1.2) Main CPV code:
45000000 - Construction work.


II.1.3) Type of contract: WORKS

II.1.4) Short description: Aldwyck Housing Group is seeking expressions of interest from suitably skilled and experienced Contractors to deliver works under a four-year Framework due to commence in March 2019. The works comprise theconstruction of new-build dwellings ranging from traditional affordable housing to mixed tenure schemes. TheFramework is being procured in three Lots, based on the values of different types of development scheme as follows: Lot 1 - schemes between £0-4m; Lot 2 - schemes between £3-10m; and Lot 3 - schemes over £8m.
Aldwyck Housing Group is following a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. Full details of the opportunity and requirements are included in the procurement documents

II.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 100,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Lot 1 - Schemes of £0-4 million
Lot No:1

II.2.2) Additional CPV code(s):
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.


II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire

Main site or place of performance:
Bedfordshire and Hertfordshire


II.2.4) Description of the procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemesis due to commence in April 2019. Lot 1 comprises development schemes with a value of between £0 to 4 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any other Aldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 1 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/H5KZ2B3S2M

II.2) Description (lot no. 2)


II.2.1) Title:Lot 2 - Schemes of £3-10 million
Lot No:2

II.2.2) Additional CPV code(s):
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45210000 - Building construction work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.


II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire

Main site or place of performance:
Bedfordshire and Hertfordshire


II.2.4) Description of the procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemesis due to commence in April 2019. Lot 2 comprises development schemes with a value of between £3 to 10 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any otherAldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider workingon their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 2 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/PHYVPGMCSW

II.2) Description (lot no. 3)


II.2.1) Title:Lot 3 - Schemes of over £10 million
Lot No:3

II.2.2) Additional CPV code(s):
45100000 - Site preparation work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45210000 - Building construction work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45262100 - Scaffolding work.
45262210 - Foundation work.
45262300 - Concrete work.
45262500 - Masonry and bricklaying work.
45262650 - Cladding works.
45262690 - Refurbishment of run-down buildings.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
45421100 - Installation of doors and windows and related components.
45211310 - Bathrooms construction work.
45421151 - Installation of fitted kitchens.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
50721000 - Commissioning of heating installations.


II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire

Main site or place of performance:
Bedfordshire and Hertfordshire


II.2.4) Description of the procurement: This four-year Framework for the provision of construction services to deliver new-build housing schemes is due to commence in April 2019. Lot 3 comprises development schemes with a value of over £10 million. Developments will include a range of schemes, such as traditional affordable housing and mixed tenure developments.
The Framework will be available to organisations across the UK as follows: (i) any entity within the same group of companies as Aldwyck from time to time; (ii) any entity or joint venture company that Aldwyck or any other Aldwyck Member holds an interest in from time to time; (iii) any Social Housing Provider in the United Kingdom;(vi) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labourorganisations and suppliers; (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Aldwyck, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and theHighways Agency.
Aldwyck Housing Group is following a two-stage Restricted procurement procedure in accordance with thePublic Contracts Regulations. Under the first stage of the process, prospective bidders are required to complete and submit a full Selection Questionnaire. Following evaluation, Aldwyck anticipates short listing between 5 and 8 bidders to be Invited to Tender under the second stage of the process. It anticipates awarding Lot 3 of the Framework to a maximum of 5 Contractors.
Full details of this opportunity, including the requirements and evaluation criteria are included in the procurement documents.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: To respond to this opportunity please click here: https://aldwyck.delta-esourcing.com/respond/4YJU7X66YF


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 1
Lot Number: 1
Title: Aldwyck Housing Group Constructor Framework

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 30/04/2019

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Taylor French Developments Ltd
20 Bridge Street, Leighton Buzzard, Bedfordshire, LU7 1AL, United Kingdom
NUTS Code: UKH2
The contractor is an SME: Yes

Contractor (No.2)
Borras Construction Limited
1 Salar House, Campfield Road, St Albans, Hertfordshire, AL1 5HT, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes

Contractor (No.3)
LIFE Build Solutions Limited
Hardy House, Northbridge Street, Berkhamstead, Hertfordshire, HP4 1EF, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes

Contractor (No.4)
TSG Building Services PLC
Cranbourne Industrial Estate, Cranbourne Road, Potters Bar, Hertfordshire, EN6 3JN, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes

Contractor (No.5)
Parrott Construction Ltd
1 Singer Way, Woburn Road Industrial Estate, Kempston, Bedford, MK42 7AW, United Kingdom
NUTS Code: UKH24
The contractor is an SME: Yes

Contractor (No.6)
Snowdon Homes Ltd
Artemis House, 4a Bramley Road, Mount Farm, Milton Keynes, Buckinghamshire, MK1 1PT, United Kingdom
NUTS Code: UKJ13
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25,000,000
Total value of the contract/lot: 25,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: 2
Lot Number: 2
Title: Aldwyck Housing Group Constructor Framework

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 30/04/2019

V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Taylor French Developments Ltd
20 Bridge Street, Leighton Buzzard, Bedfordshire, LU7 1AL, United Kingdom
NUTS Code: UKH25
The contractor is an SME: Yes

Contractor (No.2)
Hill Partnerships Ltd
The Powerhouse, Gunpowder Mill, Powdermill Lane, Waltham Abbey, Essex, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No

Contractor (No.3)
Lovell Partnerships Limited
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No

Contractor (No.4)
TSG Building Services PLC
TSG House, Cranbourne Industrial Estate, Cranbourne Road, Potters Bar, Hertfordshire, EN6 3JN, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes

Contractor (No.5)
Jarvis Contracting Ltd
No 1 Waterside, Station Road, Harpenden, Herts, AL5 4US, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes

Contractor (No.6)
Bugler Developments Limited
Bugler House, 25 High Strett, Rickmansworth, Hertfordshire, WD3 1ET, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25,000,000
Total value of the contract/lot: 25,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.3)

Contract No: 3
Lot Number: 3
Title: Aldwyck Housing Group Constructor Framework

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 30/04/2019

V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Hill Partnerships Ltd
The Powerhouse, Gunpowder Mill, Powdermill Lane, Waltham Abbey, Essex, EN9 1BN, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No

Contractor (No.2)
Durkan Limited
4 Elstree Gate, Elstree Way, Borehamwood, Hertfordshire, WD6 1JD, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No

Contractor (No.3)
Lovell Partnership Limited
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No

Contractor (No.4)
Jarvis Contracting Ltd
No 1 Waterside, Station Road, Harpenden, Hertfordshire, AL5 4US, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes

Contractor (No.5)
ENGIE Regeneration Limited
Q3 Office, Quorum Business Park, Benton Lane, Newcastle, NE12 8EX, United Kingdom
NUTS Code: UKC
The contractor is an SME: No

Contractor (No.6)
Higgins Construction PLC
One Langston Road, Loughton, Essex, IG10 3SD, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.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.
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework Agreement at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework or Lot(s) within it.. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this Framework.
To view this notice, please click here:
https://aldwyck.delta-esourcing.com/delta/viewNotice.html?noticeId=395318916

VI.4) Procedures for review

VI.4.1) Review body
High Court England and Wales
Strand, London, WC2A 2LL, United Kingdom

VI.4.2) Body responsible for mediation procedures
High Court England and Wales
Strand, London, WC2A 2LL, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Aldwyck Housing Group Ltd will observe a standstill period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom

VI.5) Date of dispatch of this notice: 07/05/2019