Environmental and Roofing Framework
HMS wish to establish a four year non-binding framework agreement for the provision of external works on their residential properties.
UK-Liverpool: Construction work
2013/S 092-156409
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Housing Maintenance Solutions
Procurement, Unit 4, Electric Avenue, Stonebridge Park
For the attention of: Michael Bootman
L11 0ED Liverpool
UNITED KINGDOM
Further information can be obtained from: Housing Maintenance Solutions
Internet address: www.thechest.nwce.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Housing Maintenance Solutions
Internet address: www.thechest.nwce.gov.uk
Tenders or requests to participate must be sent to: Housing Maintenance Solutions
Internet address: www.thechest.nwce.gov.uk
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: Merseyside.
NUTS code UKD5
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 15 000 000 GBP
The purpose of this procurement process is to establish two distinct frameworks of contractors in respect of the following trades
1. Environmental Work
Fencing
Flagging
Painting
Landscaping
Brickwork
2. Roofing
Roof repair and enewals
Facia, soffit and gutter replacements and repair
Contractors can tender for Lot 1 Environmental Work, Lot 2 Roofing or Both lots. However, contractors must be able to carry out the majority of the works with their own employees.
In most cases the work will be delivered on a supply and fit basis. In some cases HMS may wish to utilise their existing materials supply chain. In these cases contractors will be required to operate on a ‘Directed’ Supply & Fit basis.
The works to be completed are likely to include Eco & Green Deal related activities along with any similar initiatives that may arise over the period of this framework.
Contractors must be able to carry out all of the works required in the above lots
It is the intention of HMS to split the available work into packages, defined by both work type and geographical zone, with the aim of encouraging participation from a wide spectrum of companies with a range of capacity levels. Details of the call off methodology will be confirmed in the Framework Agreement issued with the ITT. The following contracting authorities will be entitled to call off under the HMS Framework Agreement as and when required:
Liverpool Mutual Homes.
45000000, 44000000, 50000000
Tenders may be submitted for one or more lots
The purpose of this procurement process is to establish two distinct frameworks of contractors in respect of the following trades
1. Environmental Work
Fencing
Flagging
Painting
Landscaping
Brickwork
2. Roofing
Roof repair and enewals
Facia, soffit and gutter replacements and repair
Contractors can tender for Lot 1 Environmental Work, Lot 2 Roofing or Both lots. However, contractors must be able to carry out the majority of the works with their own employees.
In most cases the work will be delivered on a supply and fit basis. In some cases HMS may wish to utilise their existing materials supply chain. In these cases contractors will be required to operate on a ‘Directed’ Supply & Fit basis.
The works to be completed are likely to include Eco & Green Deal related activities along with any similar initiatives that may arise over the period of this framework.
Contractors must be able to carry out all of the works required in the above lots
It is the intention of HMS to split the available work into packages, defined by both work type and geographical zone, with the aim of encouraging participation from a wide spectrum of companies with a range of capacity levels. Details of the call off methodology will be confirmed in the Framework Agreement issued with the ITT. The following contracting authorities will be entitled to call off under the HMS Framework Agreement as and when required:
Liverpool Mutual Homes.
Estimated value excluding VAT:
Range: between 10 000 000 and 15 000 000 GBP
Description of these options: The contract is based on an initial 2 year contract with the option to extend up to a further 2 years annually. Extensions are subject to: internal objectives, spend analysis and supplier performance.
Number of possible renewals: 2
Information about lots
Lot No: 1 Lot title: Environmental Works
The purpose of this procurement process is to establish two distinct frameworks of contractors in respect of the following trades
1. Environmental Work
Fencing
Flagging
Painting
Landscaping
Brickwork
However, contractors must be able to carry out the majority of the works with their own employees.
In most cases the work will be delivered on a supply and fit basis. In some cases HMS may wish to utilise their existing materials supply chain. In these cases contractors will be required to operate on a ‘Directed’ Supply & Fit basis.
The works to be completed are likely to include Eco & Green Deal related activities along with any similar initiatives that may arise over the period of this framework.
Contractors must be able to carry out all of the works required in the above lots
It is the intention of HMS to split the available work into packages, defined by both work type and geographical zone, with the aim of encouraging participation from a wide spectrum of companies with a range of capacity levels. Details of the call off methodology will be confirmed in the Framework Agreement issued with the ITT. The following contracting authorities will be entitled to call off under the HMS Framework Agreement as and when required:
Liverpool Mutual Homes.
45000000, 44000000, 50000000
The purpose of this procurement process is to establish two distinct frameworks of contractors in respect of the following trades
2. Roofing
Roof repair and enewals
Facia, soffit and gutter replacements and repair
Contractors must be able to carry out the majority of the works with their own employees.
In most cases the work will be delivered on a supply and fit basis. In some cases HMS may wish to utilise their existing materials supply chain. In these cases contractors will be required to operate on a ‘Directed’ Supply & Fit basis.
The works to be completed are likely to include Eco & Green Deal related activities along with any similar initiatives that may arise over the period of this framework.
Contractors must be able to carry out all of the works required in the above lots
It is the intention of HMS to split the available work into packages, defined by both work type and geographical zone, with the aim of encouraging participation from a wide spectrum of companies with a range of capacity levels. Details of the call off methodology will be confirmed in the Framework Agreement issued with the ITT. The following contracting authorities will be entitled to call off under the HMS Framework Agreement as and when required:
Liverpool Mutual Homes.
45000000, 44000000, 50000000
Section III: Legal, economic, financial and technical information
Description of particular conditions: as per PQQ and ITT.
as per PQQ.
Information and formalities necessary for evaluating if requirements are met:
Candidates will be invited to Tender based on their PQQ responses.
Selection Criteria is based on candidates responses to the following sections:
— Professional Standing;
— Conflict of Interest;
— Financial/Insurance Information;
— Health & Safety;
— Equality & Diversity;
— Technical Information;
— Environmental Information;
— Quality & Data Information;
— Declaration.
Selection criteria is based on scored evaluation of tenderers responses to 6 Technical questions per lot.
Tenderers that do not meet the following financial requirements will be excluded from the tendering process:
— Public Liability Insurance of at least 5 million GBP;
— Professional Indemnity Insurance of at least 5 million GBP;
— Employer’s Liability Insurance of at least 5 million GBP.
Tenderers that do not meet Contract Regulation 23(1) must provide an explanation as to what action was taken and how it does not affect their organisations business will be excluded from the tendering process.
Tenderers that do not complete and a return a professional standing certificate in relation to Contract Regulation 23(4) will be excluded from the tendering process
Mandatory sections must be completed, as per below:
— Conflict of Interest;
— Health & Safety;
— Equality & Diversity;
— Technical Information;
— Environmental Information;
— Quality & Data Information;
— Declaration.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Candidates will be invited to Tender based on their PQQ responses.
Selection Criteria is based on candidates responses to the following sections:
— Professional Standing;
— Conflict of Interest;
— Financial/Insurance Information;
— Health & Safety;
— Equality & Diversity;
— Technical Information;
— Environmental Information;
— Quality & Data Information;
— Declaration.
Selection criteria is based on scored evaluation of tenderers responses to 6 Technical questions
Tenderers that do not meet the following financial requirements will be excluded from the tendering process:
— Annual Turnover of at least 3 million GBP;
— Public Liability Insurance of at least 5 million GBP;
— Professional Indemnity Insurance of at least 5 million GBP;
— Employer’s Liability Insurance of at least 5 million GBP.
Tenderers that do not meet Contract Regulation 23(1) must provide an explanation as to what action was taken and how it does not affect their organisations business will be excluded from the tendering process.
Tenderers that do not complete and a return a professional standing certificate in relation to Contract Regulation 23(4) will be excluded from the tendering process
Mandatory sections must be completed, as per below:
— Conflict of Interest;
— Health & Safety;
— Equality & Diversity;
— Technical Information;
— Environmental Information;
— Quality & Data Information;
— Declaration.
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 70
2. Quality. Weighting 30
Payable documents: no
Section VI: Complementary information
Suppliers must download, complete and attach documents via The Chest – www.thechest.nwce.gov.uk.
The Chest is a free to use e-sourcing portal.
VI.5)Date of dispatch of this notice:10.5.2013