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

External Wall Insulation and Render together with associated works.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Vela Group
Greenbank, Stranton
Contact point(s): Brian Robinson
For the attention of: David Hill
TS24 7QS Hartlepool
UNITED KINGDOM
Telephone: +44 1642947157
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/velagroup/aspx/Home

Address of the buyer profile: www.velagroup.co.uk

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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
External Wall Insulation and Render together with associated works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

NUTS code UKC

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

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 6 000 000 and 7 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
Refurbishment work. Construction work for houses. Insulation work. Plastering work. Installation of doors and windows and related components. Roof-covering work. Cladding works. Guttering work. Environmental improvement works. Scaffolding work. The purchasing authority wish to procure a framework agreement with a number of contractors to carry out external wall insulation and associated works in order to improve the energy efficiency of its properties. The majority of the works under the framework will be funded by Energy Companies Obligation (ECO) funding and the purchasing authority is in the process of entering into an ECO funding agreement with Coseyseal Insulation Ltd.
The Authority requires that this service must be delivered in accordance with the requirements of The Green Deal Code of Practice issued by the Secretary of State for Energy and Climate Change ("the Secretary of Stateā€) under regulation 10 of the of the Green Deal Framework (Disclosure, Acknowledgment, Redress, etc.) Regulations 2012.
To satisfy these requirements the service provider must be certified against and continue to comply with the requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO Insurance provider.
The service provider must be able to demonstrate that it has achieved a minimum turnover of GBP 6,000,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of GBP 6,000,000 in its first full year of trading.
The authority requires that theService Provider is able to demonstrate a commitment to achieving high standards of health and safety. To satisfy these requirements the service provider must be able to demonstrate that it operates a current health and safety scheme which has received an accreditation assessment carried out by a registered member scheme of the Safety In Procurement Forum (SSIP).
The principal element of the works will be external wall insulation and rendering but the works to each property will comprise some, or all, of the following elements:
External rendering:
This is the principal element of the works and will require the supply and installation of an externally insulated render system and contrasting features.
Renewal of windows and doors:
Supply and fit UPVC windows and doors to Secured by Design standards
Roofline Works:
Replace existing tile roof coverings and renew fascias and soffits in UPVC;
Renew rainwater goods, overclad existing fascias and soffits with UPVC;
Renewal of sarking felt to eaves detail and re-pointing works to ridges/hips/valleys/verges;
Repoint chimneys.
Porches and Canopies:
Supply and fit UPVC porches and / or GRP canopies.
Environmental works:
Close Boarded Timber Fencing 1.8m high to rear gardens.
Metal Railings 1m high to front gardens.
Paths and Hardstanding to form walkways together with associated seeding and planting.
The duration of the framework is expected to be 2 years with an option to extend for an additional 12 months.
There are approximately 1000 non-traditional and hard to treat properties and the anticipated total value of the work is GBP 6.5 million. The intention is to appoint 5 contractors as Service Providers to the framework agreement for the works and issue contracts on a call off basis.
The purchasing authority are Tristar Homes Ltd and Housing Hartlepool and all other companies who operate within the same group structure.
Tristar Homes Ltd and Housing Hartlepool were brought together in 2010 as the Vela Group to form a major North East housing group. Together it manages over 17,000 homes spreading across Stockton-on-Tees, Hartlepool and other areas of the North East. The properties are a mix of bungalows, houses and flats.
Tristar Homes Ltd, Housing Hartlepool and The Vela Group are progressing a merger with Fabrick Housing Group a Registered Social Landlord Company which manages more than 15,000 homes from North Tyneside in the north to York in the south, with the majority of homes in Middlesbrough and Stockton on Tees. This merger is planned to complete on 1.4.2014 and a new Group company, known as Thirteen, will be formed. The concluded framework contract for external wall insulation and associated works will be for the use of all companies in the new Group company.
II.1.6)Common procurement vocabulary (CPV)

45453100, 45211100, 45320000, 45410000, 45421100, 45261210, 45262650, 45261320, 45262640, 45262100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
External wall insulation and rendering together with associated works to approximately 1000 non-traditional and hard to treat properties. Contracts for carrying out the works will be awarded to framework members on a batch basis.
Estimated value excluding VAT:
Range: between 6 000 000 and 7 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 16.6.2014. Completion 16.6.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed in Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the CPR 2006) to the decision of whether a Candidate is eligible to be invited to tender. Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority. Please refer to the PQQ documents and please see the framework agreemnet and tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: One or more of the following: (a) The presentation of audited accounts for a minimum of the last two financial years available; (b) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance. (c) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required.
Minimum level(s) of standards possibly required: The authority requires that the service provider must be able to demonstrate that it has achieved a minimum turnover of GBP 6,000,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of GBP 6,000,000 in its first full year of trading under the law of the country in which the economic operator is established, for a minimum of the last two financial years available (d) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a minimum of the last two financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, asfar as the information on these turnovers is available.
Please refer to the PQQ documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The Authority requires that this service must be delivered in accordance with the requirements of The Green Deal Code of Practice issued by the Secretary of State for Energy and Climate Change (''the Secretary of State'') under regulation 10 of the Green Deal Framework (Disclosure, Acknowledgement, Redress etc.) Regulations 2012.
The authority requires that the service provider must be able to demonstrate that it operates a current health and safety scheme which has received an accreditation assessment carried out by a registered member scheme of the Safety In Procurement Forum (SSIP).
Minimum level(s) of standards possibly required:
To satisfy these requirements the service provider must be certified against and to continue to comply with the requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO insurance provider. Candidates who fail to meet this criteria may be excluded from being selected to bid at the discretion of the Authority. Please refer to the PQQ.
To satisfy these requirements the service provider must provide evidence of the health and safety scheme including the scheme name, registration number and expiry date of accreditation. Candidates who fail to meet this criteria may be excluded from being selected to bid at the discretion of the Authority. Please refer to the PQQ.
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
Envisaged number of operators: 12
Objective criteria for choosing the limited number of candidates: Please refer to the PQQ documents.
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:
VE/TEN/14/403
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.2.2014 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.3.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
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
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=85903867

GO Reference: GO-2014117-PRO-5397153
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Vela Group
Greenbank
TS24 7QS Hartlepool
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 day standstill period at the point information on the award of contract is communicated to tenderers. The period allows unsuccessful tenderers to seek further debriefing from the Authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Should such additional information be required please contact the person cited in paragraph 1.1 of this form. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations (SI 2006 no 5) provide for the aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 3 months from the time the aggrieved party knew, or ought to have known, about the alleged breach). Where a contract has not been entered into the court may order the setting aside of the contract, may award damages and impose a financial penalty on the Contracting Authority. Damages may also be available to any of the parties involved. The purpose of the EN Standard form 02 - Contract notice 13 / 17 standstill period referred to above is to allow parties the opportunity to challenge the award decision made by the Contracting Authority and, where appropriate, issue proceedings against the Contracting Authority which shall have the effect of automatically suspending the contract award procedure until the proceedings have been concluded.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Tristar Homes Ltd and Housing Hartlepool and all other companies who operate in the same group structure
Greenbank
TS24 7QS Hartlepool
UNITED KINGDOM
E-mail:
Internet address: https://intendhost.co.uk/velagroup/aspx/Home

VI.5)Date of dispatch of this notice:
17.1.2014