Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Generation 3 Construction Framework

  • First published: 22 September 2022
  • Last modified: 22 September 2022
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-036a13
Published by:
The Wheatley Housing Group Limited
Authority ID:
AA80392
Publication date:
22 September 2022
Deadline date:
28 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

UK

Telephone: +44 8004797979

E-mail: janice.russell@wheatley-group.com

NUTS: UKM82

Internet address(es)

Main address: http://www.wheatley-group.com

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Generation 3 Construction Framework

Reference number: WHG/WDSL1000

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.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.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

II.2.3) Place of performance

NUTS code:

UKM75

UKM82

UKM78

UKM8

UKM73

UKM72

UKM76

UKM77

UKM81

UKM83

UKM84

UKM92

UKM93

UKM95


Main site or place of performance:

Glasgow

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.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)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.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 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.

III.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 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

III.2) Conditions related to the contract

III.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.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 10

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/10/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 28/10/2022

Local time: 12:00

Place:

Glasgow

Information about authorised persons and opening procedure:

Group Procurement Advisor, electronically

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Supreme Courts Parliament House Parliament Square

Edinburgh

EH1 1RQ

UK

Telephone: +44 7825823959

E-mail: janice.russell@wheatley-group.com

VI.5) Date of dispatch of this notice

21/09/2022

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
janice.russell@wheatley-group.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.