By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Construction Subcontractors Framework.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Swan Housing Association Limited
Swan Housing Association Limited, Pilgrim House, High Street, Essex
CM12 9XY Billericay
UNITED KINGDOM
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Swan Commercial Services Limited
Swan Housing Association Ltd Pilgrim House High Street, Essex
CM12 9XY Billericay
UNITED KINGDOM

Vivo Support Services
Swan Housing Association Ltd Pilgrim House High Street, Essex
CM12 9XY Billericay
UNITED KINGDOM

Hera Management Services Limited
Swan Housing Association Ltd Pilgrim House High Street, Essex
CM12 9XY Billericay
UNITED KINGDOM

Swan New Homes Limited
Swan Housing Association Ltd Pilgrim House High Street, Essex
CM12 9XY Billericay
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Construction Subcontractors Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: UKH23 Hertfordshire,
UKH3 Essex,
UKI London,
UKI1 Inner London,
UKI2 Outer London,
UKJ4 Kent.

NUTS code UKI,UKH3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 84

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Swan Housing Association operates predominantly in the South East of England. Swan Housing Association Ltd (the Authority) is an industrial and provident society and Registered Provider. The procurement process is being led by the Authority for itself and on behalf of other members of the Swan Housing Association including:
- Swan New Homes Limited;
- Swan Commercial Services Limited;
- Vivo Support Services; and
- Hera Management Service Limited.
More specifically, it is intended that the framework will be available to the following such that each of the following will be entitled to call off contracts from the framework:
1. the Authority and all other members of the Swan Housing Association from time to time (including all subsidiary undertakings of Swan Housing Association Ltd); and
2. any entitles which fall into either of the following categories and which are permitted by the Authority to call off contracts from the framework from time to time: (a) any joint venture entities (whether companies, limited liability partnerships or otherwise) in which any member of the Swan Housing Association participates from time to time (whether as a shareholder, member or otherwise); (b) any developer or contractor which is involved in a particular project in which a member of the Swan Housing Association is also involved (for example, where a developer has received or is due to receive funding from a member of the Swan Housing Association to develop a particular scheme).
The Authority and other members of the Swan Housing Association currently develop affordable rented projects, low cost home ownership projects, intermediate rent and key worker accommodation as well as properties for sale.
The Authority wishes to procure a framework from which contracts can be called off and awarded to contractors appointed on the framework. It is envisaged such contracts will be for the provision to the Authority of subcontractor works in respect of a range of new build and refurbishment works. The proposed framework agreement will be for a term of four years, although (for the avoidance of doubt) the duration of individual contracts called-off under the framework may extend beyond the expiry of the framework term.
It is the Authority's intention that the Subcontractors Framework will be divided into seven Lots as follows:
Lot 1. Groundworks.
Lot 2. Concrete frame.
Lot 3. Timber frame.
Lot 4. Mechanical installations.
Lot 5. Electrical installations.
Lot 6. Mechanical and electrical installations (combined).
Lot7. Plastering, dry lining and rendering.
A prospective bidder can bid for one Lot, all Lots or any combination of Lots. A prospective bidder is only required to complete one Pre-Qualification Questionnaire (PQQ) Response even where it is bidding for more than one Lot. However, there will be certain sections in the PQQ that will be specific to individual Lots and that will only be applicable to the evaluation of PQQ responses for the particular Lot in question.
It is intended that the framework will be available for use by the Authority and other members of the Swan Housing Association for any subcontractor works that they may require from to time. This is likely to include, but is not limited to, works that are likely to be required in relation to the Authority's development programme, under which it is expected that in excess of 500 homes per year will be developed over the next 2 years within the London area and Essex. In particular, this development programme includes large regeneration schemes based at the Authority's developments at Blackwall Reach, Poplar and Craylands in Basildon, Essex.
At this stage it is only possible to provide a very approximate, indicative value for the works that may be called off from the framework. As an estimate only, the Authority considers that the value of the works (in terms of total amounts payable to the various appointed contractors) for each Lot over the 4 year framework term may be approximately as follows:
Lot 1: up to 11 250 000 GBP.
Lot 2: up to 10 000 000 GBP.
Lot 3: up to 5 000 000 GBP.
Lot 4: up to 15 000 000 GBP.
Lot 5: up to 7 500 000 GBP.
Lot 6: up to 7 500 000 GBP.
Lot 7 up to 15 000 000 GBP.
For the avoidance of doubt, the Authority will be under no obligation to award contracts to any or all appointed individual contractors and does not guarantee the level or value of works that will be called-off under the framework or required under any individual contract.
The Authority would like to attract contractors with extensive experience of the Registered Provider market, with a commitment to quality and customer service, and knowledge of the Home and Communities Agency design and quality standards.
Following the evaluation of tender submissions by the short-listed bidders the Authority is minded to appoint a minimum of 10 and a maximum of 12 contractors on to the framework for each individual Lot, subject to the receipt of qualifying and acceptable bids.
II.1.6)Common procurement vocabulary (CPV)

45100000, 45111200, 45111230, 45111240, 45111250, 45112000, 45112100, 45112200, 45112210, 45112300, 45112310, 45112320, 45112330, 45112340, 45112350, 45112360, 45112500, 45112700, 45210000, 45211100, 45211300, 45211340, 45211341, 45300000, 45310000, 45315000, 45317000, 45350000, 45410000, 45400000, 45450000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Groundworks
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 1 is for groundworks.
2)Common procurement vocabulary (CPV)

45100000, 45111200, 45111230, 45111240, 45111250, 45112000, 45112100, 45112200, 45112210, 45112300, 45112310, 45112320, 45112330, 45112340, 45112350, 45112360, 45112500, 45112700

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Concrete frame structures
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 2 is for works relating to concrete frame structures.
2)Common procurement vocabulary (CPV)

45210000, 45211100, 45211300, 45211340, 45211341

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Timber frame structures
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 3 is for timber frame structures.
2)Common procurement vocabulary (CPV)

45210000, 45211100, 45211300, 45211340, 45211341

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Mechanical installations
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 4 is for mechanical installation works.
2)Common procurement vocabulary (CPV)

45350000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Electrical installations
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 5 is for electrical installation works.
2)Common procurement vocabulary (CPV)

45310000, 45315000, 45317000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Mechanical and electrical installations (combined)
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 6 is for works for a combination of mechanical and electrical installation works.
2)Common procurement vocabulary (CPV)

45300000, 45310000, 45315000, 45317000, 45350000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Plastering, dry lining and rendering
1)Short description
The Authority intends that the Construction Subcontractors Framework will be divided into seven Lots. Lot 7 is for plastering, dry lining and rendering.
2)Common procurement vocabulary (CPV)

45400000, 45410000, 45450000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority reserves the right to require deposits, guarantees, bonds and other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority may require a consortium to form a legal entity in accordance with Regulation 28(3) of the Public Contracts Regulations 2006.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Prospective bidders will be required to complete a PQQ, part of which will include information about their personal situation and circumstances.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Prospective bidders will be required to complete a PQQ part of which will include information on their economic and financial ability.
Minimum level(s) of standards possibly required: Prospective bidders must meet minimum standards in relation to: (i) financial standing; and (ii) levels of insurance. Please refer to the PQQ for more details.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Prospective bidders will be required to complete a PQQ part of which will include information on their technical and professional ability/capacity.
Minimum level(s) of standards possibly required:
Prospective bidders must meet minimum standards in relation to:(i) past performance; (ii) health and safety; (iii) quality assurance; (iv) sustainability; and (v) equalities. Please refer to the PQQ for more details.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: For each Lot the Authority is minded to short-list to the invitation to tender stage, by reference to the evaluation process and qualification criteria set out in the PQQ, a minimum of 15 and a maximum of 20 bidders, subject to the receipt of the required number of qualifying and acceptable bids.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
13.10.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.9.2014