Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
UK
Contact person: Sarah Martin
Telephone: +44 1492574000
E-mail: procurement@conwy.gov.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.conwy.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Affordable Housing Framework Agreement
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
Conwy County Borough Council (the "Council") is looking to procure (using the Open Procedure) a panel of suitably-qualified Registered Social Landlords ("RSLs") to an "Affordable Housing Framework" (the "Framework") to deliver a step change in the volume and quality of affordable homes (and ancillary mixed uses) in Conwy.
The works to be delivered by the Framework may include affordable housing, extra care housing, specialist housing and other ancillary mixed uses on sites across Conwy. The Council has a number of sites (including but not limited to) the Heath, Llanfairfechan and Ty Mawr, Old Colwyn, and other sites (including Council owned properties which are declared surplus to requirements and which will be made available to Framework members for affordable housing) which it intends to release to the Framework members for delivery of new homes in Conwy.
In order to be awarded a place on the Framework, RSLs will need to have a track record of successfully delivering new affordable homes in Conwy, be zoned to work in Conwy, have access to Welsh Government Social Housing Grant Programme, and be able to deliver new homes that meet Welsh Government standards. New affordable housing shall, where possible, incorporate Modern Methods of Construction, social value outcomes, and achieve sustainable standards.
The Framework will allow the Council to make direct awards, or conduct mini-competitions in order to select RSLs to enter into Development Agreements, land disposal agreements, and other infrastructure agreements with RSLs appointed onto the Framework. The Framework will allow the Council and RSL panel members to conduct earlier discussions on what can be delivered on land which becomes available in Conwy over the duration of the Framework. The Council is looking to use the Framework as a means of achieving a step-change in the delivery and quality of affordable homes in Conwy.
II.1.5) Estimated total value
Value excluding VAT:
120 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45211000
45211100
45211300
45211341
45211350
45211360
45111000
II.2.3) Place of performance
NUTS code:
UKL13
Main site or place of performance:
Conwy County
II.2.4) Description of the procurement
The Council is looking to establish a Framework of RSLs to deliver affordable housing projects in Conwy which may include but shall not be limited to:
1. residential use;
2. mixed-use residential-led sites;
3. Mixed-use elements to include health facilities, education and community facilities, retail or commercial development;
4. Urban regeneration;
5. Refurbishment / retrofit of existing houses, residential buildings, empty homes and associated buildings for residential-led use;
6. Refurbishment, restoration, conversion of heritage or other buildings for residential-led use;
7. Demolition, site remediation, infrastructure and enabling works to prepare sites for residential or mixed-use development;
8. Design and construction of homes; and
9. Self-build or custom build enabling as part of a larger development.
The procurement will involve a one stage Open Procedure process conducted in accordance with the Public Contract Regulations 2015. The Framework will be established for a period of 4 years. The overall value of projects on this lot is GBP 120,000,000.
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:
120 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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:
Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 and is set out in the selection questionnaire.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 7
IV.1.8) Information about 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:
13/10/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/10/2022
Local time: 14:00
Place:
Electronically.
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.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=124704.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please see the tender pack for full details.
(WA Ref:124704)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
13/09/2022