Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Affordable Housing - Isle of Anglesey

  • First published: 13 January 2014
  • Last modified: 13 January 2014

Contents

Summary

OCID:
ocds-kuma6s-004827
Published by:
Isle of Anglesey County Council
Authority ID:
AA0369
Publication date:
13 January 2014
Deadline date:
20 February 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Provision of Affordable Housing Objective Ynys Mon / Isle of Anglesey County Council invites suitably interested organisations to submit housing development proposals for 3 pilot areas to increase the number of affordable homes for families with a connection to the Island. The developments need to include low cost home ownership and intermediate rental to meet the identified housing needs. Details of the pilot areas will be provided to those Organisations who progress to the 2nd Stage and are invited to submit detailed proposals. A desk top review of the Council’s land holdings, sites with current applications or planning permission, sites allocated in the Development Plan, Interim Policy or fall within the Exception Policy indicate a potential development number for traditional homes of: Open Market Affordable Total o Pilot Area 1 = 96 44 140 o Pilot Area 2 = 55 17 72 o Pilot Area 3 = 84 32 116 ---- ---- ----- Totals = 235 93 328 It is recognised that to achieve development viability the proposals will need to include market homes for sale. The Council will consider ‘investing’ land values to maintain the long term affordability of the development and where appropriate utilising exception sites for affordable homes. It is expected that the homes will, as a minimum, achieve Sustainability Code Level 3 and will meet the space standards contained in the Development Quality Requirements applicable to Registered Social Landlords. Interested organisations will need to demonstrate that they have the ability to secure sites and fund the development costs. Organisations can work in Joint Venture or Partnership arrangements and need to have a successful record of working with Partners to provide homes, which can include homes for older persons or those with specific needs. Development Partners will need to demonstrate a long term commitment to working with the Council to meet the housing needs of its communities. CPV: 45211000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Legal Department

Tim Rhodes

+44 1248750057

grahamduddle@anglesey.gov.uk

+44 1248752180

www.anglesey.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0369
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Affordable Housing - Isle of Anglesey

II.1.2(a))

Type of works contract

Unchecked box Checked box
Unchecked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Specified Plots identified on the Isle of Anglesey



UKL11

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Provision of Affordable Housing

Objective

Ynys Mon / Isle of Anglesey County Council invites suitably interested organisations to submit housing development proposals for 3 pilot areas to increase the number of affordable homes for families with a connection to the Island. The developments need to include low cost home ownership and intermediate rental to meet the identified housing needs.

Details of the pilot areas will be provided to those Organisations who progress to the 2nd Stage and are invited to submit detailed proposals. A desk top review of the Council’s land holdings, sites with current applications or planning permission, sites allocated in the Development Plan, Interim Policy or fall within the Exception Policy indicate a potential development number for traditional homes of:

Open Market Affordable Total

o Pilot Area 1 = 96 44 140

o Pilot Area 2 = 55 17 72

o Pilot Area 3 = 84 32 116

---- ---- -----

Totals = 235 93 328

It is recognised that to achieve development viability the proposals will need to include market homes for sale. The Council will consider ‘investing’ land values to maintain the long term affordability of the development and where appropriate utilising exception sites for affordable homes.

It is expected that the homes will, as a minimum, achieve Sustainability Code Level 3 and will meet the space standards contained in the Development Quality Requirements applicable to Registered Social Landlords.

Interested organisations will need to demonstrate that they have the ability to secure sites and fund the development costs. Organisations can work in Joint Venture or Partnership arrangements and need to have a successful record of working with Partners to provide homes, which can include homes for older persons or those with specific needs.

Development Partners will need to demonstrate a long term commitment to working with the Council to meet the housing needs of its communities.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=4827.

II.1.6)

Common Procurement Vocabulary (CPV)

45211000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Value is Unknown at this stage, however the MoI will enable Finance Models to be produced

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As outlined in MoI if Applicable

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As outlined in MoI if Applicable

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

As outlined in MoI if Applicable

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

As outlined in MoI if Applicable

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide a reference from their bank.

(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(9) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.

As outlined in MoI if Applicable




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

3

Objective criteria for choosing the limited number of candidates

6

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 20-02-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 03-03-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Welsh


IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:4827)

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.co.uk) 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:

As outlined in MoI

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 13-01-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Finance

Graham Duddle

+44 1248752620

grahamduddle@anglesey.gov.uk

+44 1248752180
www.anglesey.gov.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Finance

Graham Duddle

+44 1248752620

grahamduddle@anglesey.gov.uk

+44 1248752180
www.anglesey.gov.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Isle of Anglesey County Council

Isle of Anglesey County Council, Council Offices, Llangefni

Anglesey.

LL77 7TW

UK

Legal Department

Tim Rhodes

+44 1248750057

TimRhodes@anglesey.gov.uk

+44 1248752180
www.anglesey.gov.uk

Coding

Commodity categories

ID Title Parent category
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work

Delivery locations

ID Description
1011 Isle of Anglesey

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
grahamduddle@anglesey.gov.uk
Admin contact:
grahamduddle@anglesey.gov.uk
Technical contact:
N/a
Other contact:
TimRhodes@anglesey.gov.uk

Further information

Date Details
No further information has been uploaded.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.