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

External fabric and common area improvement work 2012 to 2016.

CONTRACT NOTICE

Works

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

The Glasgow Housing Association Limited
Granite House, 177 Trongate
Attn: Mr Gerald Scanlon
G1 5HF Glasgow
UNITED KINGDOM
Tel. +44 1412746427
E-mail:

Internet address(es)

General address of the contracting authority http://gha.g2b.info/index.htm

Address of the buyer profile www.gha.org.uk

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: Submit via Delta eSourcing web portal as described in VI.3
UNITED KINGDOM

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
Housing and community amenities
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
External fabric and common area improvement work 2012 to 2016.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKM34

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged 3
Duration of the framework agreement: Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 23 000 000 and 46 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Building installation work. Electrical wiring and fitting work. Thermal insulation work. Fencing, railing and safety equipment installation work. Building completion work. Installation of doors and windows and related components. Installation of door and window frames. Floor and wall covering work. Floor-laying work. Painting and glazing work. Application work of protective coatings. Painting work. Repainting work. Drainage works. Sanitary works. Woodwork. Asbestos-removal work. Television aerial installation work. Satellite dishes. Electric conductors for access control systems. Ceiling or wall light fittings. Electrical supplies and accessories. Access control system. Armoured or reinforced doors. Locks, keys and hinges. Construction work for multi-dwelling buildings and individual houses. Roof-covering work. Flashing and guttering work. Scaffolding work. Cladding works. GHA proposes to enter into arrangements to deliver improvements to its housing stock. One element of these arrangements is a framework to deliver external fabric and common area improvement works, the others being internal improvements and environmental improvements. The object of the contract(s) to which this PQQ document relates is to deliver the programme of external fabric and common area improvement works which will bring GHA’s housing stock to a condition which meets or exceeds the Scottish Housing Quality Standard. Similar improvements to non-housing properties may be delivered under the proposed arrangements. The main elements of the external fabric improvement works are the replacement of life expired roof coverings and the application of an insulated external render system to walls. Secondary elements include cavity wall insulation; roof insulation; roof repairs; fascia and soffit renewal and replacement; gutter renewal; associated works to chimneys (including gas safety work where necessary); rainwater, soil and vent downpipe alterations or renewal associated with the insulated render system, moving and/or replacing external lighting etc.; stone cleaning and pointing; cavity wall insulation; window replacement; repairs, pointing and painting to walls; asbestos removal or encapsulation; and installation of communal TV aerial systems. This list is non-exclusive and the scope of the contract includes all other works which can reasonably be described as constituting improvements to the external fabric of the properties. The main elements of the common area improvement works are controlled door entry system installation; timber or steel front and rear close doors; improvements to or complete replacement of stair lighting installations; close re-decoration of walls, ceilings, stair soffits and floors; window replacement; and erection of handrails. This list is non-exclusive and the scope of the contract includes all other works which can reasonably be described as constituting improvements to the common areas of the properties. All work associated with each property is to be carried out in a single continuous operation without gaps in the delivery of individual elements of the improvements. Properties to be improved will, for the most part, be terraced houses; semi-detached houses; 4 in a block; pre 1919 tenements; inter war tenements and post war tenements. Some improvements may be required to deck access type properties and some non-housing properties of seven stories in height or less. The contract documents will establish GHA’s technical and other requirements relating to the improvements however it is intended that the contractor shall develop the aesthetic and technical design solutions to satisfy GHA’s requirements and shall have sole responsibility for those aesthetic and technical design solutions. To deliver the external fabric and common area improvement works, GHA envisages the establishment of a framework of 3 contractors. GHA envisages that it will develop programmes of work on an annual basis. To deliver the annual programmes, it is envisaged that subject to available capacity and satisfactory performance against the framework objectives, each call off contract will be awarded to the framework contractor who submitted the most economically advantageous tender, subject always to the reserved right of GHA to conduct a mini-competition. The contract documents will set out the precise terms upon which call offs will be made. In addition to the core requirement to carry out external fabric and common area improvements, within the contract documents GHA will set out specific requirements regarding health and safety, quality, environmental responsibility, corporate and social responsibility, customer focus, and other issues. GHA is acting as a central purchasing body for all current and future GHA subsidiary companies. Amongst others, these include YourPlace, GHA’s subsidiary responsible for factoring housing properties. GHA is also acting as a central purchasing body for other organisations involved in providing or managing social housing, whose properties are located within the Glasgow City Local Authority boundary, or within the boundaries of the 6 adjoining local authorities, [viz. East Dunbartonshire, West Dunbartonshire, Renfrewshire, East Renfrewshire, North Lanarkshire, and South Lanarkshire}. It is envisaged that contract awards by other contracting authorities on whose behalf the GHA is purchasing will be at the discretion of those other contracting authorities. GHA makes no representation or guarantee that it will instruct works falling within the above scope by means of the proposed arrangements and will reserve the absolute right to award any of such works to such other providers as it chooses.
II.1.6)Common procurement vocabulary (CPV)

45300000, 45311000, 45321000, 45340000, 45400000, 45421100, 45421110, 45430000, 45432110, 45440000, 45442000, 45442100, 45442180, 45232452, 45232460, 45422100, 45262660, 45312320, 32532000, 31351000, 31524000, 31680000, 42961100, 44421500, 44520000, 45211000, 45261210, 45261300, 45262100, 45262650

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Excluding VAT
Range between 23 000 000 and 46 000 000 GBP
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (from the award of the contract)

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
Details will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
Details will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability. If a successful economic operator is a consortium, the contracting authority shall require each consortium member to be jointly and severally liable for all obligations under the framework contract and each call off contract.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
The contractors and their supply chains will be required to actively assist in the achievement of the contracting authority's social and environmental objectives. Accordingly, potential contractors should be aware that contract performance conditions and evaluation criteria may include social and environmental considerations. Details will be set out in the contract documents.
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 requirements are met: In accordance with Articles 45 to 52 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts (Scotland) Regulations 2006 and as set out in the contracting authority's pre-qualification questionnaire which will be provided to applicants who submit a request to participate.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: Details will be set out in the pre-qualification questionnaire which will be provided to applicants who submit a request to participate.
Minimum level(s) of standards possibly required Applicants will require to meet minimum standards of economic and financial standing which will be described in detail in the prequalification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
Details will be set out in the-pre qualification questionnaire which will be provided to applicants who submit a request to participate.
Minimum level(s) of standards possibly required
Technical capacity will be assessed by reference to responses to a series of questions set out in the pre-qualification questionnaire. Responses will be scored out of 100 and an applicant whose submission scores less than 60 marks will not be considered for inclusion in the list of contractors to be invited to tender. Details will be set out in the pre qualification questionnaire which will be provided to applicants who submit a request to participate.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the 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
Envisaged minimum number 8 maximum number 10
Objective criteria for choosing the limited number of candidates: The contracting authority will score responses to the pre-qualification questionnaire in accordance with the methodology set out therein in order to identify the ranking of applicants. The eight organisations / consortia who have achieved the highest scores, (subject to their having achieved the minimum score of 60) will be selected to be invited to tender. Details of the circumstances where more than 8 and up to ten contracting authorities may be selected to be invited to tender will be set out in the pre-qualification questionnaire which will be provided to applicants who submit a request to participate.
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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
INVF302
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in OJ: 2009/S 80-115003 of 25.4.2009

Other previous publications

Notice number in OJ: 2009/S 194-278741 of 8.10.2009

Notice number in OJ: 2010/S 45-065363 of 5.3.2010

Notice number in OJ: 2010/S 209-300256 of 29.10.2009

Notice number in OJ: 2010/S 44-064088 of 4.3.2010

IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 9.9.2011 - 17:00
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
12.9.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
4.11.2011
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 tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
The pre-qualification questionnaire must be completed and submitted electronically using the delta-esourcingweb portal.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta.You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your response manager and add the following access code: 99V8Q42797. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response is 12:00 noon on the date set out in IV.3.4 above. Please ensure that you allow yourself plenty of time to upload your documents when responding to this invitation prior to the closing date and time.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 08452707050 or email .

Suppliers shall be aware that the date referred to in IV.3.5 is a best estimate only at the time of dispatch of this notice and the contracting authority reserves the right to alter such date. The contracting authority reserves the right not to award any contract as a result of the procurement process initiated by this notice and in such an event will not be liable for any costs incurred by any party.
GO reference: GO-2011811-PRO-2555397.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

see VI.4.2 below

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10- calendar-day standstill period at the point information on the award of the contract is communicated to tenderers, and the statutory rights set down in the Public Contracts (Scotland) Regulations 2006 as amended bythe Public Contracts and Utilities Contracts (Scotland) Amendment Regulations 2009 will apply.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
11.8.2011