Tender

Angus Council Affordable Housing - Small Developments Framework

ANGUS COUNCIL

This public procurement record has 1 release in its history.

Tender

27 Jul 2017 at 00:00

Summary of the contracting process

Angus Council is currently engaged in a tender process for the "Angus Council Affordable Housing - Small Developments Framework," which focuses on the construction of new affordable housing in Angus, Scotland. The procurement is classified under the works category and has a total value of £20,209,000. The tender stage is active, with a submission deadline set for 12 September 2017. This framework is anticipated to span four years, starting from October 2017 and running until March 2021, although it may be suspended should other collaborative procurement opportunities arise. For more details, suppliers can contact Ian Hood at Angus Council via email or telephone.

This tender presents significant opportunities for construction firms, particularly those specialising in residential development and social housing projects. Businesses that have capabilities in delivering new build construction, including detached, semi-detached, and terraced units, as well as those experienced in handling associated external works, are well-suited to compete. The selected contractors will be tasked with responding to mini-competitions throughout the framework, providing an excellent avenue for business growth in the affordable housing sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Angus Council Affordable Housing - Small Developments Framework

Notice Description

It is proposed this Framework covers the construction of new build affordable housing including properties funded through the shared equity route. The mix of properties will depend on the demand in each area of Angus. It will include detached, semi-detached and terraced, one to four bedroom single and two storey units. Developments will include associated access roads, external works and services including gardens, communal landscaping and car parking. The Framework will run for up to four years from October 2017 to March 2021, but it should be noted that Angus Council may suspend the framework at any time if any other collaborative procurement opportunity arises. For the avoidance of doubt, appointment to the Framework does not guarantee the award of individual contacts during the term of the Framework'

Lot Information

New Housing up to GBP2,000,000

Framework for Various New Build Housing projects in Angus up to GBP2,000,00 in value. Each project will comprise the Construction of New Build Housing including associated access roads, external works and services including gardens, communal landscaping and car parking.

New Housing GBP2,000,000 to GBP4,000,000

Framework for Various New Build Housing projects in Angus between GBP2,000.000 and GBP4,000,000 in value. Each project will comprise the Construction of New Build Housing including associated access roads, external works and services including gardens, communal landscaping and car parking.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000504128
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290914
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45211300 - Houses construction work

Notice Value(s)

Tender Value
£20,209,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Jul 20178 years ago
Submission Deadline
12 Sep 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ANGUS COUNCIL
Contact Name
Ian Hood
Contact Email
hoodig@angus.gov.uk
Contact Phone
+44 3452777778

Buyer Location

Locality
FORFAR
Postcode
DD8 1AX
Post Town
Dundee
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM03 Angus and Dundee City
Delivery Location
TLM71 Angus and Dundee City

Local Authority
Angus
Electoral Ward
Forfar and District
Westminster Constituency
Angus and Perthshire Glens

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000504128-2017-07-27T00:00:00Z",
    "date": "2017-07-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000504128",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-24",
            "name": "Angus Council",
            "identifier": {
                "legalName": "Angus Council"
            },
            "address": {
                "streetAddress": "Angus House, Orchardbank Business Park",
                "locality": "Forfar",
                "region": "UKM71",
                "postalCode": "DD8 1AX"
            },
            "contactPoint": {
                "name": "Ian Hood",
                "email": "hoodig@angus.gov.uk",
                "telephone": "+44 3452777778",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.angus.gov.uk/"
            }
        }
    ],
    "buyer": {
        "name": "Angus Council",
        "id": "org-24"
    },
    "tender": {
        "id": "60501232",
        "title": "Angus Council Affordable Housing - Small Developments Framework",
        "description": "It is proposed this Framework covers the construction of new build affordable housing including properties funded through the shared equity route. The mix of properties will depend on the demand in each area of Angus. It will include detached, semi-detached and terraced, one to four bedroom single and two storey units. Developments will include associated access roads, external works and services including gardens, communal landscaping and car parking. The Framework will run for up to four years from October 2017 to March 2021, but it should be noted that Angus Council may suspend the framework at any time if any other collaborative procurement opportunity arises. For the avoidance of doubt, appointment to the Framework does not guarantee the award of individual contacts during the term of the Framework'",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45211300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Angus, Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45211300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Angus, Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 20209000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-09-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL290914",
                "documentType": "contractNotice",
                "title": "Angus Council Affordable Housing - Small Developments Framework",
                "description": "It is proposed this Framework covers the construction of new build affordable housing including properties funded through the shared equity route. The mix of properties will depend on the demand in each area of Angus. It will include detached, semi-detached and terraced, one to four bedroom single and two storey units. Developments will include associated access roads, external works and services including gardens, communal landscaping and car parking. The Framework will run for up to four years from October 2017 to March 2021, but it should be noted that Angus Council may suspend the framework at any time if any other collaborative procurement opportunity arises. For the avoidance of doubt, appointment to the Framework does not guarantee the award of individual contacts during the term of the Framework'",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290914",
                "format": "text/html"
            },
            {
                "id": "JUL290914-1",
                "title": "010. ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290914&idx=1",
                "datePublished": "2017-07-29T11:10:14Z",
                "dateModified": "2017-07-29T11:10:14Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL290914-2",
                "title": "020. ESPD Standard Statements",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290914&idx=2",
                "datePublished": "2017-07-29T11:10:14Z",
                "dateModified": "2017-07-29T11:10:14Z",
                "format": "application/msword"
            },
            {
                "id": "JUL290914-3",
                "title": "030. Selection Criteria Matrix",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290914&idx=3",
                "datePublished": "2017-07-29T11:10:15Z",
                "dateModified": "2017-07-29T11:10:15Z",
                "format": "application/vnd.ms-excel"
            },
            {
                "id": "JUL290914-4",
                "title": "040. Procurement Authority Report",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290914&idx=4",
                "datePublished": "2017-07-29T11:10:15Z",
                "dateModified": "2017-07-29T11:10:15Z",
                "format": "application/pdf"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "New Housing up to GBP2,000,000",
                "description": "Framework for Various New Build Housing projects in Angus up to GBP2,000,00 in value. Each project will comprise the Construction of New Build Housing including associated access roads, external works and services including gardens, communal landscaping and car parking.",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "This procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the PCS messaging system. Bidders are required to make reference to the ESPD (Scotland) (version 1.9); ESPD (Scotland) Statements (version 1.9) and the Selection Criteria Matrix documents provided. Bidders are required to complete the ESPD in line with the attached ESPD (Scotland) and ESPD (Scotland) Statements. Non completion may result in the application being rejected. The process that we shall apply to restrict the number of candidates to be invited to tender is as follows: Statements including the Specific Requirements can be found within the following sections of this Contract Notice: Sections: III.1.1 III.1.2 III.1.3 Bidders must pass the minimum standards Sections of the ESPD (Scotland) (version1.9) as follows Part III (exclusion Grounds) on a PASS/FAIL basis. Bidders must pass the exclusion criteria of Part III. Bidders will then be scored on the Selection criteria of Part IV as follows. Question 4B maximum marks to be awarded 25, Question 4C maximum marks to be awarded 55 and Question 4D maximum marks to be awarded 20. Part IV Section B on a PASS/FAIL basis. In 4B if Bidders have the required turnover for the last 3 years they will be awarded 15 points. If Bidders have the required Liquidity ratios and insurance requirements they will be awarded 5 points for each. Part IV Section C will be scored on the following basis: In 4C if Bidders can demonstrate they have 4 projects of relevant experience they will be awarded 5 points for each project. If their average annual manpower is equal to or greater than 20 they will be awarded 5 points for Lot 1. If their average annual manpower is equal to or greater than 25 they will be awarded 5 points for Lot 2. If the number of managerial staff they have is equal to or greater than 5 they will be awarded 5 points for Lot 1. If the number of managerial staff they have is equal to or greater than 6 they will be awarded 5 points for Lot 2. If the number of management staff (including admin staff) they have is 16 - 25% of their overall workforce, they will be awarded 10 points. If the number of management staff (including admin staff) they have is 10 - 15% or 26 - 50% of their overall workforce, they will be awarded 8 points. If the number of management staff (including admin staff) they have is 5 - 9% or 51 - 60% of their overall workforce, they will be awarded 5 points. If the number of management staff (including admin staff) they have is up to and including 4% or over 60% of their overall workforce, they will be awarded 0 points. If the number of apprentices they employ is 10% or more of their site based staff, they will be awarded 10 points. If the number of apprentices they employ is 5 - 9.99% or more of their site based staff, they will be awarded 7 points. If the number of apprentices they employ is up to 4.99% or more of their site based staff, they will be awarded 3 points. If the number of apprentices they employ is 0% of their site based staff, they will be awarded 0 points. If Bidders can demonstrate they have the relevant tools, plant and technical equipment they will be awarded 5 points. Part IV Section D on a PASS/FAIL basis. In 4D if Bidders have the required Health and Safety procedures in place they will be awarded 15 points. If Bidders have the required Environmental Management systems in place they will be awarded 5 points. It is envisaged that the eight highest scoring bidders will be invited to submit tenders on each Lot. Bidders should note that the Selection Criteria Matrix is for transparency/information purposes only and does not need to be completed and or returned."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1260
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "New Housing GBP2,000,000 to GBP4,000,000",
                "description": "Framework for Various New Build Housing projects in Angus between GBP2,000.000 and GBP4,000,000 in value. Each project will comprise the Construction of New Build Housing including associated access roads, external works and services including gardens, communal landscaping and car parking.",
                "status": "active",
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "This procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the PCS messaging system. Bidders are required to make reference to the ESPD (Scotland) (version 1.9); ESPD (Scotland) Statements (version 1.9) and the Selection Criteria Matrix documents provided. Bidders are required to complete the ESPD in line with the attached ESPD (Scotland) and ESPD (Scotland) Statements. Non completion may result in the application being rejected. The process that we shall apply to restrict the number of candidates to be invited to tender is as follows: Statements including the Specific Requirements can be found within the following sections of this Contract Notice: Sections: III.1.1 III.1.2 III.1.3 Bidders must pass the minimum standards Sections of the ESPD (Scotland) (version1.9) as follows Part III (exclusion Grounds) on a PASS/FAIL basis. Bidders must pass the exclusion criteria of Part III. Bidders will then be scored on the Selection criteria of Part IV as follows. Question 4B maximum marks to be awarded 25, Question 4C maximum marks to be awarded 55 and Question 4D maximum marks to be awarded 20. Part IV Section B on a PASS/FAIL basis. In 4B if Bidders have the required turnover for the last 3 years they will be awarded 15 points. If Bidders have the required Liquidity ratios and insurance requirements they will be awarded 5 points for each. Part IV Section C will be scored on the following basis: In 4C if Bidders can demonstrate they have 4 projects of relevant experience they will be awarded 5 points for each project. If their average annual manpower is equal to or greater than 20 they will be awarded 5 points for Lot 1. If their average annual manpower is equal to or greater than 25 they will be awarded 5 points for Lot 2. If the number of managerial staff they have is equal to or greater than 5 they will be awarded 5 points for Lot 1. If the number of managerial staff they have is equal to or greater than 6 they will be awarded 5 points for Lot 2. If the number of management staff (including admin staff) they have is 16 - 25% of their overall workforce, they will be awarded 10 points. If the number of management staff (including admin staff) they have is 10 - 15% or 26 - 50% of their overall workforce, they will be awarded 8 points. If the number of management staff (including admin staff) they have is 5 - 9% or 51 - 60% of their overall workforce, they will be awarded 5 points. If the number of management staff (including admin staff) they have is up to and including 4% or over 60% of their overall workforce, they will be awarded 0 points. If the number of apprentices they employ is 10% or more of their site based staff, they will be awarded 10 points. If the number of apprentices they employ is 5 - 9.99% or more of their site based staff, they will be awarded 7 points. If the number of apprentices they employ is up to 4.99% or more of their site based staff, they will be awarded 3 points. If the number of apprentices they employ is 0% of their site based staff, they will be awarded 0 points. If Bidders can demonstrate they have the relevant tools, plant and technical equipment they will be awarded 5 points. Part IV Section D on a PASS/FAIL basis. In 4D if Bidders have the required Health and Safety procedures in place they will be awarded 15 points. If Bidders have the required Environmental Management systems in place they will be awarded 5 points. It is envisaged that the eight highest scoring bidders will be invited to submit tenders on each Lot. Bidders should note that the Selection Criteria Matrix is for transparency/information purposes only and does not need to be completed and or returned."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1260
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "performanceTerms": "Refer to main ITT including sub-contracting"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-11-02T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 Bidders to provide a certificate from the Registrar of Companies (Companies House) stating that they are certified as incorporated or registered."
                },
                {
                    "type": "economic",
                    "description": "4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of GBP 4,000,000 for the last 3 years if they are applying for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of GBP 8,000,000 for the last 3 years if they are applying for both Lots 1 and 2 or Lot 2 only.. 4B.4 Bidders will be required to demonstrate a Liquidity Ratio of no less than 0.70 based on the most recent accounts for a full financial year. Minimum level(s) of standards possibly required: 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP 10,000,000 Public Liability Insurance = GBP 5,000,000 Professional Indemnity Insurance = GBP 2,000,000 Product Liability Insurance = GBP 5,000,000"
                },
                {
                    "type": "technical",
                    "description": "4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Up to four relevant projects are required. Projects should be new build housing/social housing of values ranging from GBP500,000 upwards for Lot 1 or ranging from GBP1,500,000 upwards if applying for both Lots 1 and 2 or Lot 2 only. 4C.8.1&2 Bidders will be required to confirm their average annual manpower including managerial staff and admin staff for the last three years. Bidders will be required to confirm their average annual manpower including managerial staff and admin staff for the last three years. Bidders will be required to confirm their and the number of managerial staff and admin staff for the last three years. The selection process will also consider the ratio of management to workforce and the ratio of apprentices to site based staff. The successful Contractor will ultimately be required to provide a Community Benefits Plan and a Community Benefits Method Statement. Bidders are requested to indicate in their submission the number of apprentices they currently employ in relation to the number of site based staff. 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 Health & Safety Standards as ESPD 4D.2 Environmental Management Systems as ESPD"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "classification": {
            "id": "45211300",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "All Contractors appointed to the Framework (Lots 1 and/or 2) will be invited to tender for mini-competitions for Lots 1 and/or 2. Mini-competitions issued through the Framework may use a range of contract options from full design with full bills of quantities to Design & Build contracts. Performance indicators will be in place on each contract and will be used to assess the quality of service provided. Contractors not meeting the required levels may be excluded from future mini-competitions. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=504128. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Sub-contracting will be dealt with as part of the main ITT documents 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: The successful Contractor will be required to provide a Community Benefits Plan and a Community Benefits Method Statement. Bidders are requested to indicate in their submission the number of apprentices they currently employ in relation to the number of site based staff. (SC Ref:504128)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504128"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}