UK-London: Prefabricated buildings.

UK-London: Prefabricated buildings.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Hyde Housing Association (The Hyde Group)
30 Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 2032072602
Contact: Nasreen Tayab
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Body governed by public law

I.3) Main activity:
Housing and community amenities

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Modern Methods of Construction Framework Agreement
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Region Codes: UKI - LONDON
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement

II.1.4)Information on framework agreement:
Framework agreement with several operators

Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:

Estimated value excluding VAT: 100,000,000
Currency: GBP

II.1.5)Short description of the contract or purchase:
Prefabricated buildings. Assembly and erection of prefabricated structures. Prefabricated constructions. Prefabricated units and components. Prefabricated units. Construction work for subsidised residential accommodation. Residential homes construction work. Hyde has undertaken a comprehensive review of our approach to housing development, putting in place a forward looking and robust development programme aligned to Hyde’s 5 year Strategic plan. A critical part of its successful delivery is putting in place long term arrangements with a selected number of key partners, to further our ambitions in building innovative homes using Modern Method of Construction (MMC) systems. Hyde has a significant planned development programme, and it is anticipated that circa 1,500 units per annum could be delivered across the Group’s main geographical areas of operation (mainly London, the South Coast, and Kent) - of which Hyde aspire to develop up to 10% of our programme utilising an MMC system.There are five categories used by the Housing Corporation to classify an MMC construction system. Hyde are seeking bids from innovate providers with a demonstrable track record in delivering residential housing, using any of the MMC systems listed below, whilst also possessing the associated development management services:1.Off-site manufactured - volumetric•Three-dimensional units produced in a factory, fully fitted out before being transported to site and stacked onto prepared foundations to form dwellings.2.Off-site manufactured - panellised•flat panel units built in a factory and transported to site for assembly into a three-dimensional structure or to fit within an existing structure).3.Off-site manufactured - hybrid•Volumetric units integrated with panellised systems.4.Off-site manufactured - sub-assemblies and components•Larger components that can be incorporated into either conventionally built or MMC dwellings.5.Non-off-site manufactured MMC•Innovative methods of construction used on-site and the use of conventional components in an innovative way.

II.1.6)Common Procurement Vocabulary:
44211000 - Prefabricated buildings.

45223800 - Assembly and erection of prefabricated structures.

45223810 - Prefabricated constructions.

45223820 - Prefabricated units and components.

45223821 - Prefabricated units.

45215210 - Construction work for subsidised residential accommodation.

45215214 - Residential homes construction work.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional development units during the term of the Framework, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the Framework to be performed. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. “Social Housing Provider” for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority Website: www.tenantservicesauthority.org), Local Authorities and ALMOs. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does the Social Housing Provider in question have the automatic right to do so without permission from The Hyde Group.

II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
This will be detailed in the tender documentation

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be detailed in the tender documentation

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
This will be detailed in the tender documentation

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 4 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
As set out in the Pre-Qualification Questionnaire
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


Not Provided

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 19/12/2014
Time: 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English



Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Prefabricated-buildings./28BKF362B8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/28BKF362B8
GO-20141119-PRO-6171838 TKR-20141119-PRO-6171837

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 19/11/2014

ANNEX A

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
See section II.2.1
See section II.2.1, See section II.2.1, United Kingdom