[TedS09F02ContractNotice]

[Information]

[Published]

[DateDispatch]: 15-5-2017

[ExpireDate]: 19-6-2017

[ExternalReference]: 2017-597616

[TedReference]: 2017/S 095-186048

[TedS09F02ContractNotice]

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Genesis Housing Association Limited
IP31241R
Atelier House, 64 Pratt Street, Camden
London
NW1 0DL
UK
Contact person: Paul Orrett
Telephone: +44 03330005000
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20112&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

DPS for Development and New Build Housing
Reference number:  DPS Development
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Genesis on behalf of itself and its affiliates (both current and future affiliates) and additionally for the benefit of those other bodies listed in the invitation to apply is creating a Dynamic Purchasing System (DPS) for Development and New Build to support the delivery of their ambitious investment programmes.
II.1.5)

Estimated total value

Value excluding VAT: 5000000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 : Development and New Build projects value below £1M
Lot No:  1
II.2.2)

Additional CPV code(s)

44211000  -  Prefabricated buildings
44211100  -  Modular and portable buildings
71315000  -  Building services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

Suppliers that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for projects in support of Genesis’ development programme. This approach will provide DPS users with a pre-approved panel of suppliers that can respond quickly to invitations to tender (ITT). Genesis will use the DPS to carry out development across sites in London, East of England, South East of England, and East Midlands, other users are spread across the UK. The scope of works will include new build housing and conversions to provide residential units. Genesis will add additional works and services as required for a specific project. Individual projects will vary in value, overall the programme of works is estimated to be worth up to £5BN GBP. To encourage the involvement of small and medium enterprises the DSP will be lotted according to the value of specific projects, lot 1 should prove the most attractive to smaller firms.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1  /  Maximum number: 20
Objective criteria for choosing the limited number of candidates:
As this is a DPS all applicants who pass the criteria will be appointed. The criteria, which is set out in the invitation to apply, is minimum turnover for each lot and evidence of having carried out three similar contracts of a value compatible with the thresholds for the lot.
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Lot 2: Development and New Build – projects value between £1M and £5M GBP
Lot No:  2
II.2.2)

Additional CPV code(s)

44211000  -  Prefabricated buildings
44211100  -  Modular and portable buildings
71315000  -  Building services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

Suppliers that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for projects in support of Genesis’ development programme. This approach will provide DPS users with a pre-approved panel of suppliers that can respond quickly to invitations to tender (ITT). Genesis will use the DPS to carry out development across sites in London, East of England, South East of England, and East Midlands, other users are spread across the UK. The scope of works will include new build housing and conversions to provide residential units. Genesis will add additional works and services as required for a specific project. Individual projects will vary in value, overall the programme of works is estimated to be worth up to £5BN GBP. To encourage the involvement of small and medium enterprises the DSP will be lotted according to the value of specific projects, lot 1 should prove the most attractive to smaller firms.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1000000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1  /  Maximum number: 20
Objective criteria for choosing the limited number of candidates:
As this is a DPS all applicants who pass the criteria will be appointed. The criteria, which is set out in the invitation to apply, is minimum turnover for each lot and evidence of having carried out three similar contracts of a value compatible with the thresholds for the lot.
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Lot 2: Development and New Build – projects between £5M and £10M GBP
Lot No:  3
II.2.2)

Additional CPV code(s)

44211000  -  Prefabricated buildings
44211100  -  Modular and portable buildings
71315000  -  Building services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

Suppliers that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for projects in support of Genesis’ development programme. This approach will provide DPS users with a pre-approved panel of suppliers that can respond quickly to invitations to tender (ITT). Genesis will use the DPS to carry out development across sites in London, East of England, South East of England, and East Midlands, other users are spread across the UK. The scope of works will include new build housing and conversions to provide residential units. Genesis will add additional works and services as required for a specific project. Individual projects will vary in value, overall the programme of works is estimated to be worth up to £5BN GBP. To encourage the involvement of small and medium enterprises the DSP will be lotted according to the value of specific projects, lot 1 should prove the most attractive to smaller firms.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1000000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1  /  Maximum number: 20
Objective criteria for choosing the limited number of candidates:
As this is a DPS all applicants who pass the criteria will be appointed. The criteria, which is set out in the invitation to apply, is minimum turnover for each lot and evidence of having carried out three similar contracts of a value compatible with the thresholds for the lot.
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Lot 4: Development and New Build – projects above £10M GBP
Lot No:  4
II.2.2)

Additional CPV code(s)

44211000  -  Prefabricated buildings
44211100  -  Modular and portable buildings
71315000  -  Building services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

Suppliers that meet the criteria will be appointed to the DPS and may subsequently be invited to bid for projects in support of Genesis’ development programme. This approach will provide DPS users with a pre-approved panel of suppliers that can respond quickly to invitations to tender (ITT). Genesis will use the DPS to carry out development across sites in London, East of England, South East of England, and East Midlands, other users are spread across the UK. The scope of works will include new build housing and conversions to provide residential units. Genesis will add additional works and services as required for a specific project. Individual projects will vary in value, overall the programme of works is estimated to be worth up to £5BN GBP. To encourage the involvement of small and medium enterprises the DSP will be lotted according to the value of specific projects, lot 1 should prove the most attractive to smaller firms.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2900000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1  /  Maximum number: 20
Objective criteria for choosing the limited number of candidates:
As this is a DPS all applicants who pass the criteria will be appointed. The criteria, which is set out in the invitation to apply, is minimum turnover for each lot and evidence of having carried out three similar contracts of a value compatible with the thresholds for the lot.
II.2.10)

Information about variants

Variants will be accepted: no
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

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

List and brief description of conditions:  Evidence is required of having carried out similar value contracts as the scope of the lot to which the applicant is seeking appointment.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Applicants' turnover must meet or exceed the minimum requirements for the lot to which they are applying.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Applicants must demonstrate, by providing details of three contracts, that they have experience of successfully discharging commissions commensurate with the thresholds of the lots to which they are applying.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/06/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Cabinet Office
70 Whitehall
London
WC1
UK

VI.5)

Date of dispatch of this notice

15/05/2017