Disabled Colleagues is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Southern Housing - Framework for Small Value Works |
Notice type: | Contract Notice |
Authority: | Disabled Colleagues |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The Authority is establishing a Framework Agreement of Contractors to support the delivery of its “Stock Reinvestment Programme”. Works called-off under the framework will comprise of planned maintenance & cyclical redecorations to maintain and improve the Authority’s built housing assets. Projects will generally range in size between 50k GBP and 250k GBP. The Authority will be using the ACA Framework Alliance Contact FAC-1 with call-off contracts being JCT Intermediate and Minor Works Contracts. The Contractors will be required to fulfil the role of Principal Contractor under CDM Regulations 2015. The value and nature of the Works make this particularly suitable for SMEs. |
Published: | 08/12/2016 21:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.uk
Main Address: http://www.shgroup.org.uk/
NUTS Code: UKJ
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./VUCYTQQ4GK
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Southern Housing - Framework for Small Value Works
Reference Number: T10277-3
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Authority is establishing a Framework Agreement of Contractors to support the delivery of its “Stock Reinvestment Programme”. Works called-off under the framework will comprise of planned maintenance & cyclical redecorations to maintain and improve the Authority’s built housing assets. Projects will generally range in size between 50k GBP and 250k GBP. The Authority will be using the ACA Framework Alliance Contact FAC-1 with call-off contracts being JCT Intermediate and Minor Works Contracts. The Contractors will be required to fulfil the role of Principal Contractor under CDM Regulations 2015. The value and nature of the Works make this particularly suitable for SMEs.
II.1.5) Estimated total value:
Value excluding VAT: 7,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or both lots. The Authority will apply the award criteria set out in the Procurement Documents in relation to the award of lots. The Authority intends to appoint 6 Framework Operators onto each framework/lot.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Small Value Works Framework - NORTH N1/N2
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211310 - Bathrooms construction work.
45211340 - Multi-dwelling buildings construction work.
45421151 - Installation of fitted kitchens.
45260000 - Roof works and other special trade construction works.
45421100 - Installation of doors and windows and related components.
45451000 - Decoration work.
45261200 - Roof-covering and roof-painting work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The Authority is establishing a Framework Agreement of Contractors to support the delivery of its “Stock Reinvestment Programme”. Works called-off under the framework will comprise of planned maintenance & cyclical redecorations to maintain and improve the Authority’s built housing assets. Projects will generally range in size between 50k GBP and 250k GBP. The Authority will be using the ACA Framework Alliance Contact FAC-1 with call-off contracts being JCT Intermediate and Minor Works Contracts. The Contractors will be required to fulfil the role of Principal Contractor under CDM Regulations 2015. The value and nature of the Works make this particularly suitable for SMEs.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Small Value Works Framework - SOUTH S1/S2
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211310 - Bathrooms construction work.
45211340 - Multi-dwelling buildings construction work.
45421151 - Installation of fitted kitchens.
45260000 - Roof works and other special trade construction works.
45421100 - Installation of doors and windows and related components.
45451000 - Decoration work.
45261200 - Roof-covering and roof-painting work.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The Authority is establishing a Framework Agreement of Contractors to support the delivery of its “Stock Reinvestment Programme”. Works called-off under the framework will comprise of planned maintenance & cyclical redecorations to maintain and improve the Authority’s built housing assets. Projects will generally range in size between 50k GBP and 250k GBP. The Authority will be using the ACA Framework Alliance Contact FAC-1 with call-off contracts being JCT Intermediate and Minor Works Contracts. The Contractors will be required to fulfil the role of Principal Contractor under CDM Regulations 2015. The value and nature of the Works make this particularly suitable for SMEs.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The Framework Alliance Contract and Call-Off Contracts forming part of the Procurement Documents set out the conditions relating to performance including minimum performance standards to be met.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
In the case of framework agreements justification for any duration exceeding 4 years: This Framework is being established to provide back up to "Term Based Contracts" for similar planned maintenance and cyclical decoration "Works" for which the initial term is 5 years. This Framework is therefore aligned to the initial Contract Term period for these Term Contracts.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2016/S 45 - 73138
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/01/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 27/01/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.The 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 in the Procurement Documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./VUCYTQQ4GK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VUCYTQQ4GK
VI.4) Procedures for review
VI.4.1) Review body:
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 207536600, Email: info@cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to tenderers. Unsuccessful tenderers will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning tender comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operators to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 08/12/2016
Annex A