Section one: Contracting authority
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
janice.russell@wheatley-group.com
Telephone
+44 8004797979
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Generation 3 Construction Framework
Reference number
WHG/WDSL1000
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Wheatley Group intends to establish a Framework Agreement for the provision of Housing Construction and all other Associated Construction Works.
The works under the Framework Agreement will deliver housing for affordable tenures. It is anticipated that up to 1,
1000 units per year could be delivered under the Framework Agreement across the Central Belt of Scotland and Dumfries and Galloway but reserving the right for use across any Local Authority area in Scotland. The works will be predominantly new build but may include a proportion of conversion, rehabilitation or renovation works to existing properties including non-residential and/or listed buildings. The works will also include enabling works including demolition, ground works, remediation and infrastructure.
The Framework Agreement will be used by Wheatley Group companies as defined in the Generation 3 Construction Framework Agreement, incorporating Schedule Part2 Contract Terms and Conditions.
The Framework Agreement will be established with several suitably qualified and experienced Contractors.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
- UKM82 - Glasgow City
- UKM78 - West Lothian
- UKM8 - West Central Scotland
- UKM73 - East Lothian and Midlothian
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
- UKM84 - North Lanarkshire
- UKM92 - Dumfries & Galloway
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM95 - South Lanarkshire
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The works will be predominantly new build but may include a proportion of conversion, rehabilitation or renovation works to existing properties including non-residential and/or listed buildings. The works will also include enabling works including demolition, ground works, remediation, and infrastructure.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 individual 12 month extensions on a 2+1+1 basis (total framework term of 48 months)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must be a member of the Chartered Institute of Building.
It is a mandatory requirement for Tenderers to hold the above membership.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Credit Check - Equifax or any other credit rating platform
Insurance Levels
Minimum level(s) of standards possibly required
EQUIFAX
Tenderers must confirm:
A current Equifax (or equal) financial report score of D or better; and
A minimum Annual Turnover of GBP25M for the previous 3 Financial Years (in GBP Sterling.
The Wheatley Group will utilise Equifax to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own Equifax Score in advance of submitting their Tender submission. If, following this review, Tenderers consider that the Equifax Score does not reflect their current financial status, the Bidder should attach a document to their tender submission, clearly referenced, giving a detailed explanation, together with any relevant supporting independent evidence. The Wheatley Group will review any such information as part of the evaluation of Tenderers financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax or equivalent rating, they must provide their audited financial accounts for the previous 3 years as part of their Tender Submission in order that the Wheatley Group may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this nature/description.
Where a consortium bid is received, the Equifax Score of each consortium member shall be assessed. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum Equifax (or equivalent) as a company, in order to progress to the next stage of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that a parent company guarantee will be provided within 2 weeks of request. The parent company must meet the minimum financial requirements as assessed by the Wheatley Group.
Tenderers(s), if requested, will also be required to provide 3 years audited accounts, or equivalent prior to the award of Framework.
Where a Bidder does not pass the minimum requirements indicated, the Wheatley Group will exclude the Bidder from the competition.
Organisations that do not have a subscription account with Equifax will not have access to their Equifax grade at the time of tender submission. Therefore these bidders can respond to the related SPD questions (4B.6 & 4B.6.1), by providing details of their credit rating from any platform they have access to.
INSURANCE
Tenderers must confirm:
The under-noted insurance provision being in place or provide confirmation that in the event of success in the tender process, the under-noted insurance provision will be put in place:
Employers Liability to a minimum indemnity of GBP5,000,000
Public Liability to a minimum indemnity of GBP5,000,000
Contractor’s All Risk Insurance to a minimum indemnity based on a +125% of contract value for individual Contract Call-offs
Professional Indemnity insurance to a minimum indemnity of GBP10,000,000 in the aggregate
The Insurance levels/requirements will be reviewed and updated at the time of individual call-off Contracts.
Statutory third party motor vehicle insurance for any company cars being used (Note: if the contractor permits employees to use their own vehicles in the fulfilment of the contract then we will require a letter from the contractor confirming that the contractor has put in place, and continues to implement on an on-going basis, arrangements to ensure that their employees are appropriately and adequately insured to drive their vehicles on the business of the company).
Should the Tenderer not have the specified insurances at the time of tendering then, the Tenderer must certify in their response that the specified insurance will be obtained.
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Wheatley Group will exclude the Tender from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Experience and Track Record
Capacity to undertake Works to be delivered under the Framework Agreement
Health & Safety Policies & Practices
Environmental
Complaints Procedure and Escalation
Quality Policies & Systems / Practices
Equal Opportunities
Living Wage
Minimum level(s) of standards possibly required
EXPERIENCE AND TRACK RECORD
Tenderers must confirm their organisation:
has worked on at least three housing construction projects completed within the last four years and;
has worked as a Project Manager on at least three housing construction projects utilising the SBCC Design & Build and SBCC with Quants Contracts, completed within the last four years.
PLEASE NOTE:- that you will be asked to provide detailed information regarding the 3 projects completed within the last four years, and that this will be requested as part of your tender bid detailed in the quality submission document 3A to be assessed during the evaluation process.
CAPACITY TO UNDERTAKE WORKS TO BE DELIVERED UNDER THE FRAMEWORK AGREEMENT
Tenderers must confirm:
Their Organisation has the ability to service the Contracts to be delivered under the Framework by confirming they have the appropriate resources by discipline; plant and machinery available to fulfil the Wheatley Group’s requirements for which they are tendering.
ENVIRONMENTAL
Tenderers must confirm their Organisation:
Is ISO 14001 Accredited or
Has a current Environmental Policy signed and dated.
COMPLAINTS PROCUREDURE AND ESCALATION
Tenderers must confirm their Organisation:
Has an appropriate complaints procedure with a dedicated Account Manager and escalation points system in place.
HEALTH & SAFETY POLICIES & PRACTICES
Tenderers must confirm their organisation:
Holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 / 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme which a registered member of the Safety Schemes in Procurement (SSIP) forum;
AND
Has a current Health & Safety Policy statement endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Additionally The Tenderer must confirm they have in place:
Arrangements to comply with the Health and Safety at Work Act and relevant associated regulations.
Arrangements to comply with the Management of Health and Safety at Work Regulations.
Arrangements to comply with CDM 2015 Regulations and specifically:
Arrangements to document and provide relevant Construction Phase Plans.
Arrangements to document and provide relevant Risk Assessments / Method Statements.
Arrangements to document and provide relevant Information, Instruction and Training
Arrangements for the recording and investigation of Accidents and Incidents
Arrangements to document and provide Management of Temporary Works
Arrangements to document and provide Contractor Vetting procedures where Sub-Contracting of works is permitted.
Arrangements for the inspection and maintenance of Work Equipment.
QUALITY POLICIES & SYSTEMS / PRACTICES
Tenderers must confirm:
Their Organisation is ISO 9001 Accredited; or
Has a current equivalent Quality Policy signed and dated.
EQUAL OPPORTUNITIES
Tenderers must confirm:
Their Organisation’s compliance with relevant statutory obligations in regards to being an Equal Opportunities Employer.
LIVING WAGE
Tenderers must confirm:
Their Organisation adheres to the Living Wage.
PLEASE NOTE:-
All Certificates must be relevant, in date and in scope for the works as described and will be requested as part of your tender bid detailed in the quality submission document 3A to be assessed during the evaluation
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Tenderers must:
Complete the SPD document;
Accept the Terms and Conditions of the Invitation to Tender ITT); and
Accept the Terms and Conditions of the Framework Agreement including Schedule Part 2 Contract Terms and Conditions.
PLEASE NOTE: Section 28 of the ITT references this acceptance and must be completed.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
28 October 2022
Local time
12:00pm
Changed to:
Date
4 November 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 October 2022
Local time
12:00pm
Place
Glasgow
Information about authorised persons and opening procedure
Group Procurement Advisor, electronically
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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.
Tenderers responses to the SPD will be assessed on the basis of:
Part I - Please complete for information.
Part II Questions 2A.1 to 2D.1.1, Please complete for information.
Part III Questions 3A to 3D.15.4, Pass or Fail.
Part IV Section A to D, not applicable.
Part IV Section E, Selection Criteria Global Question (Refer to Contract Notice).
Part V, not applicable; and
Part VI, Please complete as per the Guidance.
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=561313.
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.
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Following successful appointment to the Framework, Contractors are committed to delivering the Mandatory Community Benefits as
detailed in Appendix 5B, Mandatory Community Benefits Table and the Guidance Statement in Appendix 5A, contained within the Invitation
to Tender documentation Tender Pack.
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=705448.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits are not applicable to the Framework Agreement in itself, however any call off Contracts delivered under this framework with a Works value of GBP4m and above will be subject to the Community Benefits as detailed in the Invitation to Tender, Tender Pack and Framework Terms and Conditions and Schedule Part 2 Contract Terms and Conditions contained therein.
(SC Ref:705448)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Supreme Courts Parliament House Parliament Square
Edinburgh
EH1 1RQ
janice.russell@wheatley-group.com
Telephone
+44 7825823959
Country
United Kingdom