Bristol City Council : Low-rise External Wall Insulation Scheme Phase 2

  Bristol City Council has published this notice through Delta eSourcing

Notice Summary
Title: Low-rise External Wall Insulation Scheme Phase 2
Notice type: Contract Notice
Authority: Bristol City Council
Nature of contract: Works
Procedure: Restricted
Short Description: Building construction work. Thermal insulation work. Roof repair and maintenance work. Concrete repairwork. Building alteration work. Installation of doors and windows and related components. Painting and glazing work. Painting work of buildings. Repainting work. Roof maintenance work. Roof repair. Architectural, construction, engineering and inspection services. Architectural and related services. Architectural design services. Architectural services for buildings. Architectural, engineering and surveying services. Architectural and building-surveying services. Structural engineering consultancy services. Building consultancy services.Building surveying services. Bristol City Council wish to appoint a main contractor for the delivery of a Design & Build contract for the installation of external wall insulation and other maintenance work to low-rise domestic housing stock.
Published: 20/02/2015 11:17

View Full Notice

UK-Bristol: Building construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Bristol City Council
      City Hall, College Green, Bristol, BS1 5TR, United Kingdom
      Tel. +44 1173525566, Email: spencer.penny@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Contact: Partnerships, Procurement and Commissioning, Attn: Spencer Penny
      Electronic Access URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Electronic Submission URL: https://supplierlive.proactisp2p.com/Account/Registration/Register

      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:
      Regional or local authority

   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: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Low-rise External Wall Insulation Scheme Phase 2
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Design and Execution

         Region Codes: UKK11 - Bristol, City of         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Building construction work. Thermal insulation work. Roof repair and maintenance work. Concrete repair work. Building alteration work. Installation of doors and windows and related components. Painting and glazing work. Painting work of buildings. Repainting work. Roof maintenance work. Roof repair. Architectural, construction, engineering and inspection services. Architectural and related services. Architectural design services. Architectural services for buildings. Architectural, engineering and surveying services. Architectural and building-surveying services. Structural engineering consultancy services. Building consultancy services. Building surveying services. Building construction work. Thermal insulation work. Roof repair and maintenance work. Concrete repairwork. Building alteration work. Installation of doors and windows and related components. Painting and glazing work. Painting work of buildings. Repainting work. Roof maintenance work. Roof repair. Architectural, construction, engineering and inspection services. Architectural and related services. Architectural design services. Architectural services for buildings. Architectural, engineering and surveying services. Architectural and building-surveying services. Structural engineering consultancy services. Building consultancy services.Building surveying services. Bristol City Council wish to appoint a main contractor for the delivery of a Design & Build contract for the installation of external wall insulation and other maintenance work to low-rise domestic housing stock.
         
      II.1.6)Common Procurement Vocabulary:
         45210000 - Building construction work.
         
         45321000 - Thermal insulation work.
         
         45261900 - Roof repair and maintenance work.
         
         45262330 - Concrete repair work.
         
         45262700 - Building alteration work.
         
         45421100 - Installation of doors and windows and related components.
         
         45440000 - Painting and glazing work.
         
         45442110 - Painting work of buildings.
         
         45442180 - Repainting work.
         
         45261920 - Roof maintenance work.
         
         45261910 - Roof repair.
         
         71000000 - Architectural, construction, engineering and inspection services.
         
         71200000 - Architectural and related services.
         
         71220000 - Architectural design services.
         
         71221000 - Architectural services for buildings.
         
         71250000 - Architectural, engineering and surveying services.
         
         71251000 - Architectural and building-surveying services.
         
         71312000 - Structural engineering consultancy services.
         
         71315200 - Building consultancy services.
         
         71315300 - Building surveying services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      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:
      Bristol City Council owns over 3,200 No-Fines and Easi-form properties, and the stock has been divided into several separate phases. Each phase will form a separate contract. Initial expressions of interest are invited from potential providers wishing to carry out Phase 2 for the external cladding, external wall repairs and associated works to approx 877 Easi-form type system built properties. A design-build route has been selected as being appropriate to the scheme given the varying nature of the properties included within the contract, and the individual details required to accommodate external cladding. All numbers are approximate and subject to change. Our aim is to deliver structural repairs, external cladding, insulation, roofing works, new windows and external door-sets (where required) and other associated building works to ensure a further 30 year life for these properties. External walls, windows and external doors (where due for renewal) are to be upgraded such that their thermal conductivity will exceed the requirements of the revised edition of Part L1B of the Building Regulations.         
         Estimated value excluding VAT: 9,500,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   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:
      The authority reserves the right to request deposits, guarantees, bonds and/or other forms of appropriatesecurity and proportionate to the contract values. Further details are in the Pre-Qualification Questionnaire(P.Q.Q), P.Q.Q Selection document, Invitation to Tender and Award document.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Bristol City Council standard form of conditions for payment.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The authority reserves the right to require groupings to take a particular form or to require a single contractor totake primary liability or to require that each contractor undertakes joint or several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As set out in the Invitation To Tender and Award document      
   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.

      In accordance with theon-line Pre-Qualification Questionnaire(P.Q.Q), P.Q.Q Selection document, Invitation To Tender and Awarddocument. Also; (1) The Council reserves the right to exclude a Bidder if: (a) the Bidder has not confirmed thatBlacklists are not used by or on behalf of the Bidder; and/or (b) the Council is not satisfied that the Bidder hasdemonstrated that adequate measures are in place to ensure that Blacklists are not used by or on behalf ofthe Bidder. (2) The Council reserves the right to exclude a Bidder if the Council is not satisfied that adequateself-cleaning has been carried out following: (a) an adverse finding by a court or tribunal or other public bodyexercising similar functions regarding the use of a Blacklist by or on behalf of a Bidder; (b) an admission bythe Bidder of the use of a Blacklist by or on behalf of the Bidder. Please refer to the on-line Pre-QualificationQuestionnaire and supporting documents for more details (including a definition of “Blacklist”) and guidanceregarding self-cleaning.      
      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:
         In accordance with the Pre Qualification Questionnaire and Selection Documents.         
         Minimum Level(s) of standards possibly required:
         In accordance with the Pre Qualification Questionnaire andSelection Documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with the Pre Qualification Questionnaire andSelection Documents.         
         Minimum Level(s) of standards possibly required:
         In accordance with the Pre Qualification Questionnaire andSelection Documents.      
      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: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         Sub-contractors, quality and sustainabilitypolicies. Technical experience.   
   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: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: REQD1001307      
      IV.3.2)Previous publication(s) concerning the same contract: No

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

      Date: 30/03/2015
      Time-limit for receipt of requests for documents or for accessing documents: 15:50
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 31/03/2015
         Time: 16:00      
      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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=131326145
GO-2015220-PRO-6382738 TKR-2015220-PRO-6382737
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Bristol District Registry of the High Court of Justice
      Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
      Tel. +44 1179106700, Email: e-filing@bristol.countycourt.gsi.gov.uk

      VI.4.2)Lodging of appeals: In accordance with English law and the Public ContractsRegulations 2006 (as amended)   
   
      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: 20/02/2015

ANNEX A

View any Notice Addenda

View Award Notice