All Trades Jobbing Repair Works Contract
It is the Association’s intention to enter into a contract with one contractor to deliver their Jobbing Repair Works Service to their properties.
United Kingdom-Grangemouth: Repair and maintenance services
2017/S 186-380276
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Invergrange House, Station Road
Grangemouth
FK3 8DG
United Kingdom
Telephone: +44 1324664966
E-mail: info@ewing-somerville.com
NUTS code: UKM76
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703
I.2)Joint procurement
I.3)Communication
40
Glasgow
G4 9TH
United Kingdom
Contact person: Mr Barry Farrell
E-mail: info@ewing-somerville.com
NUTS code: UKM82Internet address(es):Main address: www.ewingsomerville.com
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Paragon H.A. — All Trades Jobbing Repair Works Contract — 1.4.2018 to 31.3.2021.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
It is the Association’s intention to enter into a contract with one contractor to deliver their Jobbing Repair Works Service to their properties.
The Contract will also include repairs to common blocks of in excess of 100 units factored by the Association and may also include common repairs in mixed estates owned by the Association.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Paragon Housing Association is a registered social landlord with approximately 1,400nr properties throughout Stirling, Falkirk and Clackmannanshire.
It is the Association’s intention to enter into a contract with one contractor to deliver their Jobbing Repair Works Service to their properties.
The Contract will also include repairs to common blocks of in excess of 100 units factored by the Association and may also include common repairs in mixed estates owned by the Association.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract is to be let for a period of three years with an option to extend the contract on a yearly basis for a further two years, subject to satisfactory performance against published key performance indicators.
II.2.9)Information about the limits on the number of candidates to be invited
This Procurement will be conducted through the use of the Restrictive Procedure. All queries about this procurement must be made via the Portal question and answer facility. The process we will apply will be:
Statements including the specific requirements can be found within Section III of the Contract Notice.
Bidders must pass the minimum standards section of the ESPD (Scotland).
Part III and Section B & D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability but may lack in some aspects of similarity eg. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar Clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar service to similar Clients.
The responses to the questions of Section III of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland).
Question 4C.1: 60 %, 4C.4: 10 %, 4C.6 10 %, 4.C6.1: 10 %, 4C.9: 5 %, 4C.10: 5 %.
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 competiton if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Please refer to this section when completing section 4B of the ESPD (Scotland):
Question Reference 4B.1.2:
Bidders bidding for the contract will require to have an average yearly turnover of 1 000 000 GBP for the last 3 years.
As evidence for this annual accounts will be requested from the bidder.
Question Reference 4B.3:
Where turnover information is not available for the period requested, the bidder will be required to state the date which they were setup or started trading.
Question Reference 4B.4:
Bidders must demonstrate a return on capital employed at a ratio of greater than zero.
Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Bidders must demonstrate a Current Ratio of greater than 1.
Current Ratio will be calculated as follows: new current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Question Reference 4B.5.1:
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 insurance indicated below:
Employers (Compulsory)Liability Insurance — 10 000 000 GBP
Public Liability Insurance — 10 000 000 GBP.
III.1.3)Technical and professional ability
In response to Question 4C.1:
Bidders will be required to provide 4 examples of contracts which demonstrate the contractor’s ability to perform contracts of the scope, size and nature similar to the Works as described in part II.2.4 of this Site Notice and draft tender documents provided with this Notice. The example contracts must have been worked on in the last five years and demonstrate the relevant experience to deliver the works. The example projects must therefore be within an occupied housing environment, and the bidder must have been appointed as the Main Contractor. The example contracts must have been on-going for at least 6 months and the Bidder must be able to provide evidence of this.
In response to 4C.4:
Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in this Contract Notice and the draft tender documents attached.
In response to 4C.6:
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications; Membership of NICEIC or SELECT.
In response to 4C.6.1:
Bidders will be required to confirm that all supervisors must be trade qualified and have the same level of qualifications as set out for the site operatives as listed above, in addition supervisors to hold supervisory qualifications such as SSSTS or equivalent.
All supervisors/operatives must have current UKATA asbestos awareness training.
In response to 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 of this Site Notice and in the draft ITT documents provided with the Notice.
In response to 4C.10:
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
In response to 4D.1 (1.1 and 1.2) — Quality Assurance Schemes and Environmental Management Standards — The bidder must hold a UKAS(or equivalent)accredited independent third party certificate of compliance in accordance with BS EN ISO9001(or equivalent), AND the bidder 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. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provide this information.
4D.2 (2.1 and 2.2) The bidder 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. If no certification is available specify which other means of proof concerning the quality assurance schemes can be provided and provide this information.
If the Bidder cannot fulfill all of the above requirements they should not complete the ESPD or ITT documentation.
Unsatisfactory responses to Section D will result in a failure score.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
The Contract will be awarded for a period of three years with the option to extend the contract on a yearly basis thereafter up to a maximum of two additional years. The earliest potential timescale for publication of a new Notice is therefore September 2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
The full award criteria ratios and scoring regime are published in the draft ITT document
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=512604
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
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:
— Training for Residents;
— Apprenticeships;
— Support to community bodies;
— Support for local projects.
(SC Ref:512604)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=512604
VI.4.1)Review body
Invergrange House, Station Road
Grangemouth
FK3 8DG
United KingdomInternet address:http://www.paragonha.org.uk/
VI.5)Date of dispatch of this notice:
Read More
Refurbishment of Grade II Listed Building in Manchester
Minor Building Works Contract Warrington and Halton
Waverley Borough Council Building Works Framework
Bricklaying Contractors Framework Agreement – Durham County Council