Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Homes England (the name adopted by the Homes and Communities Agency)
1 Friargate
Coventry
CV1 2GN
UK
E-mail: tenders@tep.uk.com
NUTS: UKG
Internet address(es)
Main address: https://www.gov.uk/government/organisations/homes-england
Address of the buyer profile: https://www.gov.uk/government/organisations/homes-england
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=8f74ef8d-3240-ef11-812d-005056b64545&fromRfxSummary=True&rfxId=3813e216-3340-ef11-812d-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=8f74ef8d-3240-ef11-812d-005056b64545&fromRfxSummary=True&rfxId=3813e216-3340-ef11-812d-005056b64545
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Homes England - South West Rugby Homestead Link Road – Advanced Vegetation Clearance Services, 2024
Reference number: DN715979
II.1.2) Main CPV code
77211300
II.1.3) Type of contract
Services
II.1.4) Short description
Homes England is seeking to appoint a competent Supplier for advanced vegetation clearance services at South West Rugby Homestead Link Road (HLR).
South West Rugby Homestead Link Road (HLR) is a critical infrastructure proposal that will unlock the wider allocated South West Rugby Sustainable Urban Extension (SUE). This includes approximately 5000 new homes, 35ha of employment land and supporting open green space, community and education uses.
The advanced vegetation clearance and ecological mitigation services, comprise: removal of all trees and non-woody vegetation comprising tree felling, stump removal, and disposal of arisings of approximately 1.15ha of tree canopy cover comprising 47 individual trees, 16 tree groups and a small part of 1 woodland; removal of approximately 912 lin.m of hedgerow; soft-felling of a tree in accordance with Natural England licence; supply and install bat boxes; supply and install temporary bat hopovers where linear features are being lost along flight lines; closure and destruction of several active and disused badger setts in accordance with the terms and conditions of Natural England licence; and supply and install a mixture of temporary fencing to secure boundaries which have been opened as a result of felling/clearance activities.
The Services are proposed outside of the main works contract as they require specialised expertise or equipment that would otherwise not be covered by the main works and additionally to mitigate ecological constraints.
II.1.5) Estimated total value
Value excluding VAT:
255 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77211400
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
The Services include but are not exclusively limited to the following:
1. Responsibility for coordination, supervision and administration of the Service with all parties;
2. Establishment, maintenance, and removal on completion of the Supplier’s compound(s), welfare facilities and storage areas. Any compound used for storage of plant, equipment, materials, and substances will be lockable and fenced off behind security fencing with sufficient clearance space and gated access points. The location(s) of the Supplier’s compound is subject to approval of the Contract Administrator;
3. Undertaking of all operations in accordance with the Scope of Services;
4. Undertaking of all operations in accordance with the Pre-Construction Information, general health and safety policy of Homes England and all relevant health and safety legislation;
5. Removal of all trees and non-woody vegetation as detailed within the Arboricultural Impact Assessment and Arboricultural Method Statement;
6. Satisfying of requirements for ecological mitigation measures in line with the consented planning application (R22/0928) for the advanced vegetation clearance services in accordance with SW Rugby: Homestead Link Road Ecology Mitigation – Indicative Specifications for Enabling Works and working in accordance with Natural England licences to be obtained by Homes England;
7. Supply and install fencing to ‘stop up’ any gaps created because of vegetation removal works;
8. Responsibility for all temporary design where required and gaining all necessary approvals;
9. Removal of all materials from site; and
10. Demobilisation.
Other activities required for the completion of the Services include but are not exclusively limited to the following:
1. Preparation of a contract programme and provision of updates as required;
2. Provide within sufficient time to allow Commencement of the Works by the specified date the Construction Phase Health and Safety Plan, to include details on traffic management, Quality Management, Emergency Preparedness etc. considering time required for necessary approvals by Principal Designer;
3. Preparation of a Communications Strategy subject to approval of Contract Administrator to incorporate interactions within Homes England, their appointed Consultants and third parties including but not limited to public, Local Planning Authority, Statutory Undertakers, Tenants, Third Party landowners and affected residents, Natural England etc.
4. Risk Assessments and Method Statements for all elements of the Services;
5. All necessary reporting as outlined within the Scope of Services; and
6. Provision of Health and Safety File on completion of the contract.
Detailed specification and supporting documentation can be found on ProContract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
255 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 2
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:
Please refer to procurement documents
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
III.2.2) Contract performance conditions
Please refer to procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
19/08/2024
Local time: 12:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/08/2024
Local time: 12:00
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
The opportunity can be accessed via the Homes England eTendering system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through Homes Englands eTendering system. If not already registered, Suppliers must register at https://procontract.due-north.com/Advert?advertId=8f74ef8d-3240-ef11-812d-005056b64545&fromRfxSummary=True&rfxId=3813e216-3340-ef11-812d-005056b64545
Homes England is committed to protecting the privacy and security of your personal data.
The privacy notice aims to give you information on how Homes England collects and processes personal data provided to us, including information that you provide directly, and tell you about your rights and how the law protects you. Please refer to our Privacy Notice at https://www.gov.uk/government/organisations/homes-england/about/personal-information-charter for further information.
The estimated value contained within this notice is the mid-range of the estimated value.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
18/07/2024