I-Flair Property Maintenance Framework Agreement 2020-2024
I-Flair is a consortium of housing associations in East Renfrewshire, Inverclyde and Renfrewshire. 10 Lots. It is the intention of i-Flair to hold ‘Meet the Buyer’ and ‘Contractor Workshop’ Events during the tender period.
United Kingdom-Paisley: Construction work
2020/S 080-189744
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: c/o Ferguslie Park Housing Association, The Tannahill Centre, 76 Blackstoun Road
Town: Paisley
NUTS code: UKM83
Postal code: PA3 1NT
Country: United Kingdom
Contact person: Ivor McCauley
E-mail: ivormccauley@fpha.org.uk
Telephone: +44 1418475225
I.1)Name and addresses
Postal address: Ralston House, Cyril Street
Town: Paisley
NUTS code: UKM83
Postal code: PA1 1RW
Country: United Kingdom
Contact person: Owen McMillan
E-mail: owen@williamsburghha.org.uk
Telephone: +44 1418476398
I.1)Name and addresses
Postal address: The New Tannahill Centre, 76 Blackstoun Road
Town: Paisley
NUTS code: UKM83
Postal code: PA3 1NT
Country: United Kingdom
Contact person: Ivor McCauley
E-mail: ivormccauley@fpha.org.uk
Telephone: +44 1418874053
I.1)Name and addresses
Postal address: 64 Espedair Street
Town: Paisley
NUTS code: UKM83
Postal code: PA2 6RW
Country: United Kingdom
Contact person: Elaine Thomson
E-mail: elaine.thomson@paisleyha.org.uk
Telephone: +44 1418897105
I.1)Name and addresses
Postal address: 17 Bridge Street
Town: Linwood
NUTS code: UKM83
Postal code: PA3 3DB
Country: United Kingdom
Contact person: David Adam
E-mail: dadam@linstone.co.uk
Telephone: +44 1505382383
I.1)Name and addresses
Postal address: 19 Bogle Street
Town: Greenock
NUTS code: UKM83
Postal code: PA15 1ER
Country: United Kingdom
Contact person: Paul McColgan
E-mail: p.mccolgan@clochhousing.org.uk
Telephone: +44 1475783637
I.1)Name and addresses
Postal address: 1st Floor, Bridgewater Shopping Centre
Town: Erskine
NUTS code: UK
Postal code: PA8 7AA
Country: United Kingdom
Contact person: Gary Stapleton
E-mail: gstapleton@bridgewaterha.org.uk
Telephone: +44 1418122237
I.1)Name and addresses
Postal address: 60/70 Main Street
Town: Barrhead
NUTS code: UKM83
Postal code: G78 1SB
Country: United Kingdom
Contact person: James Ward
E-mail: jamesw@barrheadha.org
Telephone: +44 1418810638
I.1)Name and addresses
Postal address: 41 High Street
Town: Greenock
NUTS code: UKM83
Postal code: PA15 1NR
Country: United Kingdom
Contact person: Sukhdeep Hopper
E-mail: s.hopper@oaktreeha.org.uk
Telephone: +44 1475807000
I.2)Information about joint procurement
I.3)Communication
Postal address: Pavilion 3, St James Business Park, Linwood Road
Town: Paisley
NUTS code: UKM83
Postal code: PA3 3BB
Country: United Kingdom
Contact person: Alan Shanks
E-mail: alan.shanks@ada-cc.co.uk
Telephone: +44 1418160184
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
I-Flair Property Maintenance Framework Agreement 2020-2024
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
I-Flair is a consortium of housing associations in East Renfrewshire, Inverclyde and Renfrewshire. The current members of I- Flair are Barrhead, Bridgewater, Cloch, Ferguslie Park, Linstone, Oak Tree, Paisley and Williamsburgh Housing Associations. Other organisations may join at a later date. I-Flair is procuring a Four Year Property Maintenance Framework Agreement. Award of the Framework Agreement is currently anticipated by August 2020 and the requirements will primarily be delivered across East Renfrewshire, Inverclyde and Renfrewshire.
The following organisations shall be entitled to utilise the Framework Agreement, as and when required:
1. I-Flair members, both current and future;
2. I-Flair partners, being other social landlords registered with the Scottish Housing Regulator.
Additional information on I-Flair can be found at www.iflair.co.uk
It is envisaged that a maximum of eight economic operators/successful bidders will be appointed to each Lot of the Framework Agreement.
Due to the exceptional circumstances of the current outbreak of COVID-19 at the date of dispatching the Contract Notice, the tender closing time/date of 12noon BST on Monday 1st June 2020 will be regularly reviewed during the tender period.
It is the intention of i-Flair to hold ‘Meet the Buyer’ and ‘Contractor Workshop’ Events during the tender period. The Events will be free of charge and the ‘Meet the Buyer’ shall provide further information through an overview of the framework, i-Flair’s aspirations and a summary of the procurement process. The ‘Contractor Workshop’ will provide in-depth information on how to complete the tender documents and submit a bid through the Contract Notice.
The time, date and venue for the ‘Meet the Buyer’ and ‘Contractor Workshop’ will not be established until the current United Kingdom and Scottish COVID-19 lockdown measures (at date of dispatch) are relaxed and both Events can be safely held. If the COVID-19 lockdown measures continue for an extended period of time, i-Flair may undertake both Events remotely through video conferencing or webinars. The time, date and venue of the ‘Meet the Buyer’ and ‘Contactors Workshop’ Events will be advised to Bidders as soon as possible by ‘Additional Information’ through the Contract Notice.
Once the dates of the ‘Meet the Buyer’ and ‘Contractor Workshop’ are established, i-Flair will extend the tender closing time/date to provide a minimum of fourteen calendar days between the ‘Meet the Buyer’ and ‘Contractor Workshop’ Events (whichever Event is latest) and the tender closing date. Bidders will also be given a minimum of fourteen days from the release of the ‘Additional Information’ to register for the ‘Meet the Buyer’ and ‘Contractor Workshop’.
Bidders also have the opportunity to ask questions or request further information anonymously during the tender period until fourteen calendar days prior to the tender closing date. I-Flair will consider requests submitted by Bidders through the Contract Notice to extend the tender closing date.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Roofing and External Walls,
Lot 2: Energy Efficiency, Renewable Technologies, External Wall Insulation and Internal Wall Insulation,
Lot 3: Window and Door Replacements,
Lot 4: Kitchen Replacements,
Lot 5: Bathroom Replacements,
Lot 6: Gas Central Heating,
Lot 9: Electrical Maintenance and Installations,
Lot 10: Painting and Decoration.
II.2.1)Title:
Roofing and External Walls
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire.
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve replacement of existing roof coverings and associated finishes, render, cladding and disposal installations.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this contract notice:
1) Document A — Lot 1: Tender support document and quality questionnaire;
2) Document B — Lot 1: Specification;
3) Document C — Lot 1: Activity schedule;
4) Document D — Framework Agreement;
5) Document E — Lot 1: Contract particulars;
6) Document F — Lot 1: Pricing Matrix and Component Schedule;
7) Document G — Lot 1: ESPD (Scotland) v1.14;
8) Document H — Lot 1: ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender document G, ESPD Scotland 1.14, Question 2D.1.2 — bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Window and Door Replacements
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve replacement of existing windows, external doors and internal doors. The works may also include installation or replacement of door entry systems.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 3 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 3 Specification;
3. Document C – Lot 3 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 3 Contract Particulars;
6. Document F – Lot 3 Pricing Matrix and Component Schedule;
7. Document G – Lot 3 ESPD (Scotland) v1.14
8. Document H – Lot 3 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Kitchen Replacements
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve replacement of existing kitchens, wall and floor finishes, extract ventilation, electrical wiring, sockets and switches, and decoration.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 4 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 4 Specification;
3. Document C – Lot 4 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 4 Contract Particulars;
6. Document F – Lot 4 Pricing Matrix and Component Schedule;
7. Document G – Lot 4 ESPD (Scotland) v1.14
8. Document H – Lot 4 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Gas Central Heating
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve replacement of existing gas central heating installations including radiators, boilers, controls, pipework, insulation, finishes and decoration.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 6 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 6 Specification;
3. Document C – Lot 6 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 6 Contract Particulars;
6. Document F – Lot 6 Pricing Matrix and Component Schedule;
7. Document G – Lot 6 ESPD (Scotland) v1.14
8. Document H – Lot 6 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Landscape Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in both restricted and open space areas, and will primarily involve landscape maintenance to existing grassed areas, carriageways, parking spaces, pathways, play areas, plant beds, trees and planting. The requirement may also include maintenance, repair and upgrading of existing car parks, carriageways, pathways, open and restricted landscape areas including private gardens, play areas, fencing, planting, trees, boundary walls and retaining walls.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 8 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 8 Specification;
3. Document C – Lot 8 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 8 Contract Particulars;
6. Document F – Lot 8 Pricing Matrix and Component Schedule;
7. Document G – Lot 8 ESPD (Scotland) v1.14
8. Document H – Lot 8 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Painting and Decoration
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to involve painting and decoration to existing residential properties and play areas. The painting and decoration may involve works to existing external walls, cladding, roofs, windows and doors, fencing, clothes poles, binstores and common close areas.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 10 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 10 Specification;
3. Document C – Lot 10 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 10 Contract Particulars;
6. Document F – Lot 10 Pricing Matrix and Component Schedule;
7. Document G – Lot 10 ESPD (Scotland) v1.14
8. Document H – Lot 10 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Electrical Maintenance and Installations
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve electrical testing, partial and full rewiring to existing residential properties including common close areas, installation or replacement of door entry systems, installation or replacement of gas and fire detection systems including smoke, heat and carbon monoxide detectors.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 9 Tender Support Document and Quality Questionnaire;
2. Document C – Lot 9 Activity Schedule;
3. Document D – Framework Agreement;
4. Document E – Lot 9 Contract Particulars;
5. Document F – Lot 9 Pricing Matrix and Component Schedule;
6. Document G – Lot 9 ESPD (Scotland) v1.14
7. Document H – Lot 9 ESPD (Scotland) Standardised Statements v1.10.
Bidders are advised that Document B (Specification) does not apply to Lot 9 Electrical Maintenance and Installations. i-Flair’s specification requirements have been incorporated within Document C ‘Activity Schedule’ and Document F ‘Pricing Matrix and Component Schedule’.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Bathroom Replacements
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve replacement of bathrooms, wall and floor finishes, shower fittings, extract ventilation and decoration.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 5 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 5 Specification;
3. Document C – Lot 5 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 5 Contract Particulars;
6. Document F – Lot 5 Pricing Matrix and Component Schedule;
7. Document G – Lot 5 ESPD (Scotland) v1.14
8. Document H – Lot 5 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Energy Efficiency, Renewable Technologies, External Wall Insulation and Internal Wall Insulation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve installation of internal wall insulation, render clad external wall insulation, cladding, replacement of existing roof coverings and rainwater disposal installations, and energy efficiency works including Solar/PV panels.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 2 Tender Support Document and Quality Questionnaire;
2. Document B – Lot 2 Specification;
3. Document C – Lot 2 Activity Schedule;
4. Document D – Framework Agreement;
5. Document E – Lot 2 Contract Particulars;
6. Document F – Lot 2 Pricing Matrix and Component Schedule;
7. Document G – Lot 2 ESPD (Scotland) v1.14
8. Document H – Lot 2 ESPD (Scotland) Standardised Statements v1.10.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
II.2.1)Title:
Gas Servicing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
The procurement for the 2020-2024 Property Services Framework Agreement is being undertaken in accordance with Regulation 28 (Open Procedure) and Regulation 34 (Framework Agreements) of The Public Contracts (Scotland) Regulations 2015.
The works are anticipated to be undertaken in existing residential properties and primarily involve servicing of existing gas boilers. The requirement may also involve replacement of existing boilers, controls, radiators pipework, insulation, finishes, decoration, and installation of carbon monoxide detectors, heat detectors and smoke detectors.
A detailed description of I-Flair’s requirements have been provided within the following tender documents available through this Contract Notice;
1. Document A – Lot 7 Tender Support Document and Quality Questionnaire;
2. Document C – Lot 7 Activity Schedule;
3. Document D – Framework Agreement;
4. Document E – Lot 7 Contract Particulars;
5. Document F – Lot 7 Pricing Matrix and Component Schedule;
6. Document G – Lot 7 ESPD (Scotland) v1.14
7. Document H – Lot 7 ESPD (Scotland) Standardised Statements v1.10.
Bidders are advised that Document B (Specification) does not apply to Lot 7 Gas Servicing. i-Flair’s specification requirements have been incorporated within Document C ‘Activity Schedule’ and Document F ‘Pricing Matrix and Component Schedule’.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tender Document G, ESPD Scotland 1.14, Question2D.1.2- Bidders must provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to these statements when completing Section 4A of the ESPD Scotland Version 1.14.
4A.1 1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
Please refer to these statements when completing Section 4B of the ESPD (Scotland). Version 1.14
Question 4B.1.1 — Bidders will be required to have a minimum ‘general’ yearly turnover of GBP 279 250 for the last 2 years.
Question 4B.1.2 — Bidders will be required to have an average yearly turnover of a minimum of GBP 279 250 for the last 2 years.
Question 4B.3 — Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.5.1 and 4B.5.2 — It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below:
Employer’s (compulsory) liability insurance = GBP 5 000 000 (applicable to each lot);
Public liability insurance = GBP 5 000 000 (applicable to each lot);
Professional indemnity and product liability insurance = GBP 250 000 (applicable to lot 10);
Professional indemnity and product liability insurance = GBP 500 000 (applicable to lot 3);
Professional indemnity and product liability insurance = GBP 1 000 000 (applicable to lots 4, 5, 6 and 9);
Professional indemnity and product liability insurance = GBP 2 000 000 (applicable to lots 1 and 2);
Bidders are advised that professional indemnity and product liability insurance is not required for lots 7 and 8.
III.1.3)Technical and professional ability
4C.1 and 4C.1.1 — Bidders will be required to provide two examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4) of the OJEU contract notice or the relevant section of the site notice.
4C.8.1 — Bidders will be required to confirm their average annual manpower for the last 3 years.
4C.8.2 — Bidders will be required to confirm their and the number of managerial staff for the last 3 years.
4C.9 — Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU contract notice or the relevant section of the site notice.
4C.10 — Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards required.
Part C Technical and professional ability question 4C.1 of the ESPD will be limited to a maximum of two A4 single sided pages for each example and must be completed in English using Arial 11 font.
Part C Technical and professional ability questions 4C8.1-4C.10 of the ESPD will be limited to a maximum of five A4 single sided pages, excluding any certification that a Bidder submits in support of their response, which must be completed in English using Arial 11 font.
Part D Quality assurance scheme and environmental management standards will be limited to a maximum of ten A4 single sided pages, excluding any certification that a bidder submits in support of their response, which must be completed in English using Arial 11 font.
Bidders are required to complete the ESPD (Scotland) 1.14 attached to the Contract Notice and provide a completed copy of the Document G ESPD (Scotland) 1.14 with their tender submission. Part IV Section C ‘Technical and Professional Ability’ and Part D’ Quality Assurance Schemes and Environmental Management Standards’ will be scored on a pass or fail basis using the following scoring methodology;
0 – Unacceptable – Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 – Unacceptable’ against any question may be disqualified.
1 – Poor – Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 – Acceptable – Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
On how the requirement will be fulfilled in certain areas.
3 – Good – Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 – Very Good – Response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled.
5 – Excellent – Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
A Bidder will be required to achieve a minimum score of 3 against each Question within Parts C (Questions 4C.1-4C.9) and D, i.e. a score of 3 or greater shall represent a Pass whereas a score of 2 of lower will represent a Fail. I-Flair may disregard, and not evaluate the remainder of a Bidders response should the Bidder fail to achieve the minimum score of 3 (a Pass) against any of the Questions included with Parts C (Questions 4C.1-4C.9) and D.
Part D – Quality Assurance Schemes and Environmental Management Standards. Please refer to the ESPD ‘Standardised Statements’ (Document H) when completing Part IV Section D ‘Quality assurance schemes and environmental management standards’.
Bidders are also advised that their tender quality questionnaire responses will be evaluated by directors, managers or employees of i-Flair members. Bidders responses to the Pricing Matrix and their price score will not be shared with i-Flair’s quality questionnaire evaluators until assessment of the tender quality questionnaire responses have been completed for all Lots and all Bidders.
The tender postbox will be opened by a director or manager of Ferguslie Park Housing Association and witnessed by a representative of A.D.A Construction Consultants Ltd. Neither the person opening the tender postbox or the witness will participate in the evaluation of Bidders quality questionnaire responses. At the date of dispatching the Contract Notice, it is envisaged that the tender postbox will be opened by Ivor McCauley of Ferguslie Park Housing Association and witnessed by Alan Shanks of A.D.A Construction Consultants Ltd.
III.2.2)Contract performance conditions:
The performance of successful bidders will be monitored throughout each call-off contract awarded under the terms of the Framework Agreement document. In particular, bidders awarded call-off contracts during the Framework Agreement will be monitored by each contracting body through the Key Performance Indicators (Schedule Part 7), Community Benefits Schedule (Annex A) and Code of Conduct for Contractors (Schedule Part 8).
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
Ferguslie Park Housing Association, The Tannahill Centre, 76 Blackstoun Road, Paisley, PA3 1NT.
The tender postbox will be opened by a Director or Manager of Ferguslie Park Housing Association and witnessed by a representative of A.D.A Construction Consultants Ltd. The person(s) and witness(es) that participate in the opening of the tender postbox will not be involved in the evaluation of the quality assessment responses submitted by bidders.
Section VI: Complementary information
VI.1)Information about recurrence
A further contract notice may be published by I-Flair prior to expiry or after expiry, of the 2020-2024 Property Maintenance Framework Agreement.
VI.2)Information about electronic workflows
VI.3)Additional information:
It is envisaged that the overall framework requirements shall be delivered primarily within East Renfrewshire, Inverclyde and Renfrewshire.
Individual projects are anticipated to range from 5 000 GBP to 2 000 000 GBP and specific contracts will be awarded by applying the terms laid down in the Framework Agreement without re-opening competition or, where not all terms of the proposed contract are laid down in the Framework Agreement, re-opening competition between economic operators which are party to the Framework Agreement and which are capable of performing the proposed contract.
Notwithstanding the above, Bidders should note that, under the Framework Agreement, none of the organisations that are entitled to use the Framework Agreement shall be under any obligation to do so with framework partners. It is anticipated that i-Flair shall select multiple partners across the framework, under the various lots.
A.D.A Construction Consultants Ltd have been appointed by i-Flair to provide assistance in establishing the Framework Agreement and will act on behalf of i-Flair until award of the contract and thereafter as Framework Administrator during the term of the Framework Agreement.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=619462.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contract Notice relates to establishment of a multi-Lot Framework Agreement and it is not anticipated that any individual call-off contracts awarded through the Framework Agreement will exceed 4,000,000 GBP
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community Benefit Clauses are contractual requirements which deliver social, economic and environmental benefits in addition to the primary objectives of the contract. I-Flair will seek to utilise the Framework Agreement to deliver the social, economic and environmental aspirations and objectives of their members through Community Benefit clauses promoting apprenticeships, graduates and new entrant employment, work experience, community capacity building activities or utilising the expertise of Framework Agreement Contractors to contribute to community based projects.
I-Flair members take their social responsibility very seriously and are committed to building on the success of the 2016-2020 Framework Agreement to deliver Community Benefits through the Property Maintenance Framework Agreement 2020-2024. Successful Tenderers, and their supply chain, will be required to support I-Flair’s aspirations and requirements relating to skills development, training and employment initiatives and other opportunities which connect to social economic and environmental considerations.
Bidders are advised that I-Flair will require successful Tenderers to deliver a proportional number of Community Benefits Points relative to the contract values and durations of individual contracts awarded through the Framework Agreement.
I-Flair’s Community Benefit Requirements for the 2020-2024 Property Maintenance Framework Agreement are described within Schedule Part 7, Annex A, of the Framework Agreement provided with the Contract Notice.
(SC Ref:619462)
VI.4.1)Review body
Town: Paisley
Country: United Kingdom
VI.5)Date of dispatch of this notice: