Modular Buildings Supply Scotland
The provision of the supply an installation of permanent and temporary Modular buildings for the public sector including the following types of use Education, Healthcare, offices and community buildings including emergency services.
United Kingdom-Uxbridge: Modular and portable buildings
2016/S 223-405890
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Royal House, 2-4 Vine Street
Uxbridge
UB8 1QE
United Kingdom
Telephone: +44 11895274800
E-mail: tony.woods@lhc.gov.uk
NUTS code: UKI
Internet address(es):Main address: http://www.lhc.gov.uk
Address of the buyer profile: http://www.lhc.gov.uk/24
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Modular Buildings — Scotland.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of the supply an installation of permanent and temporary Modular buildings for the public sector including the following types of use Education, Healthcare, offices and community buildings including emergency services.
LHC seek organizations to undertake a full turn key solution providing the comprehensive Services required to deliver a full project from design through to handover.
The framework covers the provision of Permanent Buildings and the Hire of temporary buildings.
The framework is divided into regional lots to encourage tenders from SME’s.
The framework is split into workstreams.
Workstream 1 Permanent Modular buildings Option A Educational Buildings, Option B healthcare buildings.
Workstream 2 Permanent Modular Buildings any type.
Workstream 3 Temporary Hire buildings any type.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Permanent Modular Buildings — Workstream 1 Option A Educational and Office Building Option B Healthcare Buildings
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Projects across Scotland.
II.2.4)Description of the procurement:
The provision of Permanent Modular Buildings Option A Educational and Office Buildings, Option B Healthcare Buildings.
Tenders may apply for option A and B subject to meeting the requirements laid down in the tender documentation.
Option A the provision of Permanent Buildings for Education Establishments (covering Nursery, Primary Schools, Secondary Schools, Collages, Universities and Further Education Establishments) also General office buildings.
Option B the Provision of Permanent Modular Buildings of Healthcare Including, wards, day surgery units and Specialist operating theatres with specialist ventilation systems).
Tenders are required to provide a full design and Build package.
Tenders shall have Nominated manufacturing facilities for construction of the permanent Modules provided under the framework.
This framework can be used by any public sector body or organisation subject to Public Procurement Regulations throughout England including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, Tenant Management Organisations and Registered Providers of social housing.as specified in section VI and on the Scottishprocuremnt.scot/24.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 Months with the option of renewal for 12 months and renewal at 36 months for 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Permanent Modular Buildings — Workstream 1 Option A Educational and Office Building Option B Healthcare Buildings
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Projects across Scotland.
II.2.4)Description of the procurement:
The provision of Permanent Modular Buildings covering any type of building but specifically including:
8/15.
Educational Buildings (covering Nursery, Primary Schools, Secondary Schools, Collages, Universities and Further Education Establishments).
Office Buildings.
Healthcare Buildings including, wards, day surgery units and Specialist operating theatres with specialist ventilation systems and administration buildings.
Emergency Services Buildings including, Police stations custody suite, fire stations and ambulance stations.
Community buildings.
Tenders are required to provide a full design and Build package.
Tenders shall have Nominated manufacturing facilities for construction of the permanent Modules provided under the framework.
This framework can be used by any public sector body or organisation subject to Public Procurement Regulations throughout England including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, Tenant Management Organisations and Registered Providers of social housing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework is for 48 months with a break clause in year 3 and 4.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Temporary Modular Buildings — Workstream 3 All types covering Educational, Office Building, Healthcare Buildings, Emergency Services and Community buildings
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Projects across Scotland.
II.2.4)Description of the procurement:
The provision of Permanent Modular Buildings covering any type of building but specifically including:
8 / 15.
Educational Buildings (covering Nursery, Primary Schools, Secondary Schools, Collages, Universities and Further Education Establishments).
Office Buildings.
Healthcare Buildings .Including, wards, day surgery units and Specialist operating theatres with specialist ventilation systems and administration buildings.
The provision of Temporary Modular Buildings for Hire or sale any type of building but specifically including:
Educational Buildings (covering Nursery, Primary Schools, Secondary Schools, Collages, Universities and Further Education Establishments)
Office Buildings.
Healthcare Buildings including, wards, and administration buildings.
Emergency Services Buildings including, Police stations custody suite, fire stations and ambulance stations.
Community buildings.
Tenders are required to provide a full design and Build package.
Tenders shall have Nominated manufacturing facilities for construction of the permanent Modules provided under the framework.
This framework can be used by any public sector body or organisation subject to Public Procurement Regulations throughout England including but not limited to Local Authorities, Education Authorities, Further Education Authorities, Academies, Police Authorities, Fire Authorities, Public Health Authorities, Tenant Management Organisations and Registered Providers of social housing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 years plus 1 year plus 1 year to maximum of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
LHC uses the following ratios to evaluate each bidder’s and approved contractor’s financial status: — .
Turnover: this is calculated as twice the typical value for projects called off this framework. If a company’s turnover exceeds the stated value then it passes this ratio;
Profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit then it passes this ratio;
Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than 1 then it passes this ratio.
Where 2 out of 3 of the ratios cannot be met LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organisation of the bidder and also, where applicable, the Parent/Holding Company and its subsidiaries.
Financial.
For Workstream 1 Permanent modular buildings Option A Education and Offices.
Bidders will be required to have a minimum ‘general’ yearly turnover of 500 000 GBP for the last 3 years:
For Workstream 1 Permanent Modular Buildings Option B Health cares Buildings.
Bidders will be required to have a minimum ‘general’ yearly turnover of 1 000 000 GBP for the last 3 years:
For Workstream 2 Any Type of Modular Building.
Bidders will be required to have a minimum ‘general’ yearly turnover of 20 000 000 GBP for the last 3 years:
For Workstream 3 Hire of Temporary Buildings.
Bidders will be required to have a minimum ‘general’ yearly turnover of 1,00,000 GBP for the last 3 years:
Insurances.
Employer’s (Compulsory) Liability Insurance — 5 000 000 GBP.
Public Liability Insurance — 5 000 000 GBP.
Professional Indemnity Insurance — 5 000 000 GBP.
Product Liability Insurance — 5 000 000 GBP.
III.1.3)Technical and professional ability
Technical Ability: Tenderer’s will be required to provide examples that demonstrate that they have the relevant experience and (or have access to) the relevant tools, plant, equipment, facilities, quality measures,supply chain management and tracking systems to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice.
Tenderer’s will also be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control, together with whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders must have in place the relevant, Environmental, Quality and Health and safety systems.
Environmental Management:
The Tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
Or The tenderer must meet the requirements specified in the tender documents.
Quality Management:
The tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
Or The Tenderer must meet the requirements specified in the tender documents.
Health and Safety:
The Tenderer must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Or The Tenderer must meet the requirements specified in the tender documents.
III.1.5)Information about reserved contracts
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The framework will be available for all Public Bodies, Local Government, Local Authorities, Housing Associations, Schools, Colleges including Academies and Universities, Former Central and Local Government Bodies as listed at www.scottishprocument.scot and individual names listed below:
Local Authorities.
Angus Council.
Argyll and Bute Council.
Clackmannanshire Council.
Dumfries and Galloway Council.
Dundee City Council.
East Ayrshire Council.
East Dunbartonshire Council.
East Lothian District Council.
East Renfrewshire Council.
Edinburgh City Council.
Falkirk Council.
Fife Council.
Glasgow City Council.
Inverclyde Council.
Midlothian Council.
North Ayrshire Council.
North Lanarkshire Council.
Perth and Kinross Council.
Renfrewshire Council.
Scottish Borders Council.
South Ayrshire Council.
South Lanarkshire Council.
Stirling Council.
West Dunbartonshire Council.
West Lothian Council.
Aberdeen City Council.
Aberdeenshire Council.
Highland Council.
Moray Council.
Orkney Islands Council.
Shetland Islands Council
Western Isles Council.
Scottish Federation of HAs.
Abbeyfield Scotland Ltd
Aberdeen Soroptimist Housing Society Ltd
Aberdeenshire Housing Partnership.
Abertay HA.
Abronhill HA.
Albyn Housing Society Ltd
Almond HA.
Antonine HA.
Ardenglen HA.
Argyll Community HA.
Ark HA Ltd
Ayrshire Housing.
Barony HA.
Barrhead HA Ltd.
Bellsmyre HA Ltd.
Berwickshire HA.
Bield HA.
Blackwood.
Blue Triangle (Glasgow) HA Ltd
Bridgewater HA Ltd
Broomhouse HA (1986) Ltd
Cairn HA.
Cairnbrook HA Ltd
Caledonia HA Ltd
Cassiltoun HA Ltd
Castlehill HA Ltd
Castlemilk Tenants HA.
Clydebank HA Ltd.
Clydeside Tenant Partnership.
Clydeview Housing Partnership.
Compass LHO.
Cordale HA.
Craigdale HA.
Crown HA Ltd
Cube HA.
Cunninghame HA Ltd
Dalmuir Park HA.
Dumfries and Galloway Housing Partnership.
Dunbritton HA Ltd.
Dunedin Canmore HA Ltd
East End Community Homes.
East Kilbride and District HA.
East Lothian HA.
Easthall Park Housing Co-operative Ltd
Eildon HA Ltd
Elderpark HA Ltd
Faifley HA.
Fife HA Limited.
For All Cranhill Tenants.
Forth HA Ltd
Fyne Homes Ltd
Gardeen HA.
National Records of Scotland.
Historic Scotland.
Disclosure Scotland.
Registers of Scotland.
Scottish Qualification Authority.
Scottish Courts Service.
Scottish Prison Service.
Transport Scotland.
Caledonian Maritime Assets Limited.
Highlands and Islands Enterprise.
Crown Office and Procurator Fiscal Service.
Scottish Police Authority.
National Museums of Scotland.
Scottish Children’s Reporter Administration.
Scottish Enterprise.
Scottish Environment Protection Agency.
Scottish Legal Aid Board.
Scottish Natural.
Heritage Skills Development Scotland.
Visit Scotland.
Scottish Fire and Rescue Service.
Golden Jubilee Hospital (National Waiting Times Centre Board).
NHS 24.
NHS Ayrshire and Arran.
NHS Borders.
NHS Dumfries and Galloway.
NHS Education for Scotland.
NHS Fife.
NHS Forth Valley.
NHS Grampian.
NHS Greater Glasgow and Clyde.
NHS Highland.
NHS Lanarkshire.
NHS Loathian.
NHS Orkney.
NHS Shetland.
NHS Tayside.
NHS Western Isles.
Scottish Schools as listed.
http://www.gov.scot/Topics/Statistics/Browse/School-Education/DataNameAddressRolls
University of Aberdeen.
Abertay University.
University of Dundee.
University of Edinburgh.
University of Glasgow.
Glasgow Caledonian University.
Glasgow School of Art.
Edinburgh Napier University.
Heriot- Watt University.
University of the Highlands and Islands.
Open University in Scotland.
Queen Margret University Edinburgh.
Robert Gordon University.
Royal Conservatorie of Scotland.
Colleges in Scotland.
http://collegesscotland.ac.uk/college-mergers.html
Ayrshire College.
North East Scotland College.
Borders College.
Forth Valley College.
Dumfries & Galloway College.
Edinburgh College.
Fife College.
Glasgow Kelvin College.
City of Glasgow College.
Argyll College.
Inverness College.
Lews Castle College.
Moray College.
North Highland College.
Aryshire College.
Dundee and Angus College.
Scottish Ambulance Service.
VI.4.1)Review body
Royal House, 2-4 Vine Street
UXbridge
UB8 1QE
United Kingdom
Telephone: +44 1895274800
E-mail: info@lhc.gov.ukInternet address:http://lhc.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Modular Building Supply Across England
Mobile Classroom Supply East Midlands and East of England
Ipswich Borough Council Planned Maintenance Contract 2017 – 2024
Construction Consultancy Services Framework for Coventry University