Derby Homes Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | DH17062 - General Builders Framework |
Notice type: | Contract Notice |
Authority: | Derby Homes Ltd |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Derby Homes Ltd and Derby City Council (the Client) would like to set up a framework with 5 Service Provider for a period of 4 years and a maximum spend of £4,000,000 across all providers. The works will be for general repairs and maintenance as well as other general building works within the boundary of the city of Derby. Schedule of rates will be based on the NAT FED schedule of rates as well as some bespoke rates and, as and when required, calls for further competition amongst all providers. The Client does not guarantee the amount of work, if any, awarded to Service Providers on this framework. |
Published: | 21/05/2018 16:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Derby Homes Ltd, 04380984
839 London Road, Derby, DE24 8UZ, United Kingdom
Tel. +44 1332888777, Email: DH-Procurement@derby.gov.uk
Main Address: https://www.derbyhomes.org/
NUTS Code: UKF11
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Derby:-Repair-and-maintenance-services./89KT838682
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/89KT838682 to the abovementioned address
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: Not provided
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: DH17062 - General Builders Framework
Reference Number: DH17062
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Derby Homes Ltd and Derby City Council (the Client) would like to set up a framework with 5 Service Provider for a period of 4 years and a maximum spend of £4,000,000 across all providers. The works will be for general repairs and maintenance as well as other general building works within the boundary of the city of Derby. Schedule of rates will be based on the NAT FED schedule of rates as well as some bespoke rates and, as and when required, calls for further competition amongst all providers. The Client does not guarantee the amount of work, if any, awarded to Service Providers on this framework.
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45300000 - Building installation work.
45400000 - Building completion work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKF11 Derby
II.2.4) Description of procurement: Please see the procurement documentation for full tendering information.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Bids will be scored out of 1000 marks (400 for price and 600 for quality). Only bidders who pass the mandatory and discretionary exclusion criteria and achieve a total equal or exceeding 700 marks, will be allowed a place onto the framework (up to a maximum of 5 Service Providers)
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.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: 5
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/06/2018 Time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 29/10/2018
IV.2.7) Conditions for opening of tenders:
Date: 25/06/2018
Time: 13:01
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Repair-and-maintenance-services./89KT838682
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/89KT838682
VI.4) Procedures for review
VI.4.1) Review body:
Derby Homes Ltd
839 London Road, Derby, DE24 8UZ, United Kingdom
Tel. +44 1332888587
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/05/2018
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Derby City Council
Council House, Derby, DE1 2FS, United Kingdom
Email: DH-Procurement@derby.gov.uk
Main Address: https://www.derby.gov.uk/
NUTS Code: UKF11
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Derby Homes Ltd, 04380984
839 London Road, Derby, DE24 8UZ, United Kingdom
Tel. +44 1332888777, Email: DH-Procurement@derby.gov.uk
Main Address: https://www.derbyhomes.org/
NUTS Code: UKF11
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: DH17062 - General Builders Framework
Reference number: DH17062
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Derby Homes Ltd and Derby City Council (the Client) would like to set up a framework with 5 Service Provider for a period of 4 years and a maximum spend of £4,000,000 across all providers. The works will be for general repairs and maintenance as well as other general building works within the boundary of the city of Derby. Schedule of rates will be based on the NAT FED schedule of rates as well as some bespoke rates and, as and when required, calls for further competition amongst all providers. The Client does not guarantee the amount of work, if any, awarded to Service Providers on this framework.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 1 / Highest offer:4,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
45400000 - Building completion work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKF11 - Derby
Main site or place of performance:
Derby
II.2.4) Description of the procurement: Please see the procurement documentation for full tendering information.
II.2.5) Award criteria:
Not Provided
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
II.2.14) Additional information: Bids will be scored out of 1000 marks (400 for price and 600 for quality). Only bidders who pass the mandatory and discretionary exclusion criteria and achieve a total equal or exceeding 700 marks, will be allowed a place onto the framework (up to a maximum of 5 Service Providers)
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 11
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Axis Europe Plc, 1991637
145-149 Vauxhall Street, London, SE11 5RH, United Kingdom
Tel. +44 2075642100, Email: info@axiseurope.com
Internet address: https://www.axiseurope.com/
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 4,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 45%
Short description of the part of the contract to be subcontracted:
Subcontractors to be utilised for general building works (40%), scaffolding (100%) and painting and decorating (40%)
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 11
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
J M Hill Building Services Limited, 08467329
Unit 26, The Tangent Business Hub, Weighbridge Road, Shirebrook, NG20 8RX, United Kingdom
Tel. +44 1623414111, Email: office@jmhbuild.org
Internet address: http://www.jmhbuild.co.uk/Home.aspx
NUTS Code: UKF1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 4,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 11
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GAP Property Services (Leicester) Ltd, 07302993
Unit 9 Woodgate Business Centre, 74c Bradgate Street, Leicester, LE4 0AW, United Kingdom
Tel. +44 1162425796, Email: admin@gap-propertyservices.co.uk
Internet address: https://www.gapproperties.com/
NUTS Code: UKF21
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 4,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 11
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
T&S Heating Ltd, 1206770
92 Rolleston Drive, Arnold, NG5 7JP, United Kingdom
Tel. +44 8009759668, Email: sales@tsheating.co.uk
Internet address: https://www.tsheating.co.uk/
NUTS Code: UKF1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 4,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 11
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Woodland Property Services, 3626619
Unit 4 Ascot Business Park, Longbridge Lane, Derby, DE24 8UJ, United Kingdom
Tel. +44 8001217770, Email: info@woodlanddbm.co.uk
Internet address: http://www.woodlanddbm.co.uk/
NUTS Code: UKF11
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 4,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=373482738
VI.4) Procedures for review
VI.4.1) Review body
Derby Homes Ltd
839 London Road, Derby, DE24 8UZ, United Kingdom
Tel. +44 1332888587
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/01/2019
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Derby City Council
Council House, Derby, DE1 2FS, United Kingdom
Email: DH-Procurement@derby.gov.uk
Main Address: https://www.derby.gov.uk/
NUTS Code: UKF11