Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Isle of Wight Council
County Hall, High Street
Newport
PO30 1UD
UK
Contact person: Mr Jason Barrett
Telephone: +44 1983821000
E-mail: jason.barrett@iow.gov.uk
NUTS: UKJ34
Internet address(es)
Main address: http://www.iow.gov.uk
Address of the buyer profile: http://www.iow.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://sebp.due-north.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://sebp.due-north.com/
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
East Cowes Development Sites
Reference number: DN681010
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The Authority is seeking to dispose of two parcels of land as separate Lots:
LOT 1: Land known as Maresfield – Extra Care,
LOT 2: Land known as Maresfield – Other, and
LOT 3: Land known as Albany.
The Authority’s priority for the Maresfield site is to obtain a compliant bid under Lot 1. Under Lot 1, the Authority will request submissions from bidders regarding the development of an Extra Care facility. If however the Authority does not receive any bids, or receives non-compliant bids under this Lot, the Authority will proceed to evaluate submissions from Bidders under Lot 2 for the Maresfield site and the requirements under Lot 1 will no longer proceed under this procurement. If a compliant bid is received by the Authority under Lot 1, then the Authority will not proceed to evaluation with any submissions received under Lot 2 for the Maresfield site and Lot 2 will not be required to proceed any further.
Submissions for Lots 1 and 3 will be required by the same deadline as identified in the indicative procurement timetable (which may be amended or updated by the Authority from time to time). Lot 2 submissions will be required at a later date to Lot 1 and 3 as identified in the indicative procurement table (which may be amended or updated by the Authority from time to time). The evaluation for Lot 1 will be carried out prior to the deadline for submissions of Lot 2 in order to determine whether there are any compliant bids for Lot 1 and if so, the Lot 2 submissions will be disregarded and the evaluation for Lot 2 will not go ahead. If there are no compliant bids for Lot 1, then the Authority will evaluate bids received under Lot 2.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70000000
85000000
II.2.3) Place of performance
NUTS code:
UKJ34
Main site or place of performance:
Maresfield Road, East Cowes, Isle of Wight
II.2.4) Description of the procurement
The Authority is seeking to dispose of two parcels of land as separate Lots:
LOT 1: Land known as Maresfield – Extra Care,
LOT 2: Land known as Maresfield – Other, and
LOT 3: Land known as Albany.
The Authority’s priority for the Maresfield site is to obtain a compliant bid under Lot 1. Under Lot 1, the Authority will request submissions from bidders regarding the development of an Extra Care facility. If however the Authority does not receive any bids, or receives non-compliant bids under this Lot, the Authority will proceed to evaluate submissions from Bidders under Lot 2 for the Maresfield site and the requirements under Lot 1 will no longer proceed under this procurement. If a compliant bid is received by the Authority under Lot 1, then the Authority will not proceed to evaluation with any submissions received under Lot 2 for the Maresfield site and Lot 2 will not be required to proceed any further.
Submissions for Lots 1 and 3 will be required by the same deadline as identified in the indicative procurement timetable (which may be amended or updated by the Authority from time to time). Lot 2 submissions will be required at a later date to Lot 1 and 3 as identified in the indicative procurement table (which may be amended or updated by the Authority from time to time). The evaluation for Lot 1 will be carried out prior to the deadline for submissions of Lot 2 in order to determine whether there are any compliant bids for Lot 1 and if so, the Lot 2 submissions will be disregarded and the evaluation for Lot 2 will not go ahead. If there are no compliant bids for Lot 1, then the Authority will evaluate bids received under Lot 2.
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:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/12/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Shortlisting
A Potential Supplier must first pass all of the pass/fail questions within the SQ. The Authority will then evaluate the scored questions in accordance with the scoring methodology and weightings listed in the table above. The Authority will then evaluate the top three scoring Potential Suppliers submissions to participate in the Tender stage of this procurement process.
Before finalising the shortlist, where relevant, Potential Suppliers will be asked to submit their evidence to support their ‘Self Certified’ answers (i.e. insurance, company account etc.). If a Potential Supplier fails to provide the relevant evidence or provides evidence which does not meet the Self Certification requirements and subsequently fails one of the pass/fail criteria, then the Authority may not invite the Bidder to participate in any subsequent stages of the procurement process and the Authority reserves the right to bring the next highest scoring Potential Supplier on to the shortlist.
If any Bidders fails to provide the minimum 35% affordable housing requirement under any or all Lots which it may bid for, then the Bidders submission shall be deemed non-compliant for the relevant Lot upon which the affordable housing is less than 35%.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/08/2023
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/07/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/12/2023
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
26/07/2023