UK-Preston: Construction work.

UK-Preston: Construction work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Places for People Group Ltd
Group Support Centre, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897492, Email: chris.harrison@placesforpeople.co.uk
Main Address: www.procurementhub.co.uk
NUTS Code: UK

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: Egham Gateway West
Reference number: Not Provided

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


II.1.3) Type of contract: WORKS

II.1.4) Short description: Seeking a construction partner for the development of the Egham Gateway One project, which is a mixed-use masterplan located in Egham, Surrey. The site is located at the western end of the high street, and proposed works relate to the construction of a new build mixed-use scheme.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 60,000,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Stage 1 - Response to 1st stage tender documentation, leading to an appointment for pre-construction services, from 05 September 2019 to 04 May 2020, remunerated on a fee basis. This tender seeks to procure proposals for the following:

a)Construction Programme
b)Methodology / Approach / Logistics
c)Fixed Price PCSA Fee
d)Fixed Price Main Contractor Preliminaries
e)Fixed Overheads & Profit percentage
f)Risk percentage

Stage 2 – The preferred bidder from Stage 1, develops the Contractor’s Proposals and procures the sub-contract packages for the Stage 2 Works on an ‘open book’ basis through joint tender action with the Employer’s team, culminating in agreement of a Fixed Price.
One of the Employer’s key objectives is to obtain satisfactory cost and programme security in a timely fashion, in advance of the planned new build start-on-site date of May 2020. An important element of the selection criteria during Stage 1 will be the commitment on the part of the Contractor, to out-turn cost and construction period. Whilst this commitment will not be a contractual one at the time of the Stage 1 appointment, it must stand up to scrutiny and be real, demonstrable and deliverable.
Following a Gateway Review meeting upon the conclusion of Stage 1, Places for People Homes reserve the right to not taken the chosen contractor through to Stage 2 and instead re-tender Stage 2 to the open market.

II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20


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: Not Provided


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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 86-167235



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: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 21/10/2019

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: No

Contractor (No.1)
John Graham Construction
2nd Floor, 11 Old Jewry, London, EC2R 8DU, United Kingdom
Tel. +44 1618775533
NUTS Code: UK
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: 60,000,000
Total value of the contract/lot: 60,000,000
Currency: GBP

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

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=440647338

VI.4) Procedures for review

VI.4.1) Review body
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
Tel. +44 3454102222

VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
Tel. +44 3454102222

VI.5) Date of dispatch of this notice: 22/10/2019