Sovereign Housing Association is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Sub Contractor Framework: Responsive Works and Planned Works |
Notice type: | Contract Notice |
Authority: | Sovereign Housing Association |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Construction work. Spectrum Property Care (SPC) is a long established wholly owned subsidiary of Spectrum Housing Group that is dedicated to becoming the best building and maintenance provider within the industry. We maintain, repair and improve in excess of 45,000 homes responding to the needs of 150,000 social housing residents across the South of England each year. Our principle activity is the provision of property contracting services to both Spectrum's Registered Providers and external organisations (mainly Registered Providers or public sector organisations). We cover the spectrum of repairs and maintenance services including emergency response repairs and voids. We have particular expertise in planned maintenance programmes including the installation of new kitchens and bathrooms, electrical rewires and upgrades, heating installations and servicing. The business geography covers a large portion of the South and South West Region including the Isle Of Wight through 5 business centres in Blandford, Poole, Frome, Ryde and Exeter. This framework is to identify a number of suitably qualified and experienced Sub Contractors who will be selected for inclusion to a multi trade Contractors Framework Agreement to fulfil requirements for the Ryde business centre which principally covers the Isle of Wight housing stock for Spectrum Housing Group. Other members of the Spectrum Group including Spectrum Housing Group and Spectrum Premier Homes will have the option to utilise the framework and services provided for the respective geographical coverage as required. As such the lots are structured to meet the Group's needs, with the Framework including Lots for Reactive / Responsive Works Requirements, and Project / Planned Works. Each Lot will include trade specific sections, contractors may tender with the aim of being appointed to 1 or more Lots. The selection criteria for all participants will be set out in the Invitation to Tender Documentation. The framework will require contractors to tender to provide one or more of the following services: Scaffolding, Fencing, Roofing, Groundworks, Water Mains Service & Repair, TV Aerials, Pest Control, Damp Proofing / Surveys / Wall Ties, Drainage, Pumping Station Service & Repair, Water Hygiene, Burglar Alarms, Door Entry Systems, CCTV, Fire Equipment (Servicing), Air Conditioning Service & Repair, Asbestos (Removal), Cleaning Services, Tree Surgery, Gas Domestic, Gas Commercial, Renewables, Flooring, Washdown, General Building Work (repointing / rebuilding), Lightning Protection and Workshop Joinery. |
Published: | 14/10/2015 16:02 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Spectrum Property Care
Unit 3b, Nicholson Road, Ryde, Isle of Wight, PO33 1BD, United Kingdom
Email: nigel.leighton@spectrumhousing.co.uk, URL: www.spectrumpropertycare.co.uk, URL: http://spectrum.g2b.info
Attn: Nigel Leighton (Procurement Lead) Kate Chant (Project Lead)
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: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Sub Contractor Framework: Responsive Works and Planned Works
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKJ34 - Isle of Wight
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 months: 24
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 3,650,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Construction work. Construction work. Spectrum Property Care (SPC) is a long established wholly owned subsidiary of Spectrum Housing Group that is dedicated to becoming the best building and maintenance provider within the industry. We maintain, repair and improve in excess of 45,000 homes responding to the needs of 150,000 social housing residents across the South of England each year. Our principle activity is the provision of property contracting services to both Spectrum's Registered Providers and external organisations (mainly Registered Providers or public sector organisations). We cover the spectrum of repairs and maintenance services including emergency response repairs and voids. We have particular expertise in planned maintenance programmes including the installation of new kitchens and bathrooms, electrical rewires and upgrades, heating installations and servicing. The business geography covers a large portion of the South and South West Region including the Isle Of Wight through 5 business centres in Blandford, Poole, Frome, Ryde and Exeter. This framework is to identify a number of suitably qualified and experienced Sub Contractors who will be selected for inclusion to a multi trade Contractors Framework Agreement to fulfil requirements for the Ryde business centre which principally covers the Isle of Wight housing stock for Spectrum Housing Group. Other members of the Spectrum Group including Spectrum Housing Group and Spectrum Premier Homes will have the option to utilise the framework and services provided for the respective geographical coverage as required. As such the lots are structured to meet the Group's needs, with the Framework including Lots for Reactive / Responsive Works Requirements, and Project / Planned Works. Each Lot will include trade specific sections, contractors may tender with the aim of being appointed to 1 or more Lots. The selection criteria for all participants will be set out in the Invitation to Tender Documentation. The framework will require contractors to tender to provide one or more of the following services: Scaffolding, Fencing, Roofing, Groundworks, Water Mains Service & Repair, TV Aerials, Pest Control, Damp Proofing / Surveys / Wall Ties, Drainage, Pumping Station Service & Repair, Water Hygiene, Burglar Alarms, Door Entry Systems, CCTV, Fire Equipment (Servicing), Air Conditioning Service & Repair, Asbestos (Removal), Cleaning Services, Tree Surgery, Gas Domestic, Gas Commercial, Renewables, Flooring, Washdown, General Building Work (repointing / rebuilding), Lightning Protection and Workshop Joinery.
II.1.6)Common Procurement Vocabulary:
45000000 - Construction work.
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: Yes
If yes, tenders should be submitted for: One or more lots
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:
As described in the Tender Documentation
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 1
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 24 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Reactive and Responsive Works
1)Short Description:
To identify a number of suitably qualified and experienced Sub Contractors who will be selected for inclusion to a Contractors Framework Agreement to provide a range of responsive general building services based on a bespoke Schedule of Rates. Coverage for services provided by the SPC Ryde Business Centre. Contractors are to tender to provide one or more of the following services: Scaffolding, Fencing, Roofing, Ground Works, Water Mains Service & Repair, TV Aerials, Pest Control, Damp Proofing / Surveys / Wall Ties, Drainage, Burglar Alarms, Door Entry Systems, CCTV, Gas Domestic, Renewables, Flooring.
2)Common Procurement Vocabulary:
45000000 - Construction work.
3)Quantity Or Scope:
As described in the Tender document
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Project and Planned Works
1)Short Description:
To identify a number of suitably qualified and experienced Sub Contractors who will be selected for inclusion to a Contractors Framework Agreement from which planned scope of works will be awarded through call off / mini competition. Day rates will form the benchmark for selection to the framework and directly feed into the scoping of project / planned works. Coverage for services provided by the SPC Ryde Business Centre. Contractors are to tender to provide one or more of the following services: Scaffolding, Fencing, Roofing, Ground Works, TV Aerials, Damp Proofing / Surveys / Wall Ties, Drainage, Pumping Station Service & Repair, Water Hygiene, Burglar Alarms, Door Entry Systems, CCTV, Fire Equipment (Servicing), Air Conditioning Service & Repair, Asbestos (Removal), Cleaning Services, Tree Surgery, Gas Domestic, Gas Commercial, Flooring, Washdown, General Building Work (repointing / rebuilding), Lightning Protection and Workshop Joinery.
2)Common Procurement Vocabulary:
45000000 - Construction work.
3)Quantity Or Scope:
As described in the Tender document
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As described in the Tender documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As described 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:
As described 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.
Updated to comply with the Public Contracts Regulations 2015
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Evidence that the economic operator and relevant organisations have or shall have at contract award, Employer's liability insurance, Public Liability Insurance and Product Liability Insurance.
III.2.3)Technical capacity
Technical capacity - means of proof required
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
Information and formalities necessary for evaluating if requirements are met:
As described in the Tender documentation
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Qualitative Assessment - 60
Price - 40
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: 15002/2
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: 20/11/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 12
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: Yes
Selected senior managers of the Authority
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Isle-of-Wight:-Construction-work./7G8J5SVHPB
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7G8J5SVHPB
GO-20151014-PRO-7190700 TKR-20151014-PRO-7190699
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Spectrum Housing Group
Spectrum House, Grange Road, Christchurch, BH23 4GE, 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: 14/10/2015
ANNEX A