Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of repairs and maintenance service provider(s) |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs and void refurbishment |
Published: | 31/08/2017 15:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Hastoe Housing Association
Marina House, Kingston upon Thames, KT1 4BH, United Kingdom
Email: tenders@camerons.uk.com
Main Address: www.hastoe.com
NUTS Code: UKK
I.2) Joint procurement
The contract involves joint procurement: No.
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-Kingston-upon-Thames:-Construction-work./C6A57CN73M
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Procurement of repairs and maintenance service provider(s)
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs and void refurbishment
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or both lots and may be awarded one or both lots. The Authority will apply the award criteria set out in the Procurement Documents in relation to the award of lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Area 7A - Cornwall, parts of Mid Devon, North Devon, Plymouth, parts of South Hams, Torridge, West Devon
Lot No: 1
II.2.2) Additional CPV codes:
45451000 - Decoration work.
45210000 - Building construction work.
45215210 - Construction work for subsidised residential accommodation.
45261900 - Roof repair and maintenance work.
50711000 - Repair and maintenance services of electrical building installations.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
45262660 - Asbestos-removal work.
50700000 - Repair and maintenance services of building installations.
50712000 - Repair and maintenance services of mechanical building installations.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
UKK4 Devon
II.2.4) Description of procurement: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, asbestos removal, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance. In addition, the Contract will include for undertaking some planned maintenance works including internal and external component replacement. The contract will be a long term contract under JCT MTC2016 for a maximum period of 8 years, subject to periodic performance reviews (annually) and a formal interim review after 4 years.
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: 800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: The contract will be awarded for an initial term of 48 months. The Authority may award a further 4 renewals in 12 month increments or multiples thereof up to a maximum of 96 months.
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Area 7B - East Devon, Mendip, Parts of Mid Devon, North Dorset, Sedgemoor, parts of South Hams, South Somerset, Taunton Dean, Teignbridge, West Dorset, West Somerset, Wiltshire
Lot No: 2
II.2.2) Additional CPV codes:
45451000 - Decoration work.
45210000 - Building construction work.
45215210 - Construction work for subsidised residential accommodation.
45261900 - Roof repair and maintenance work.
50711000 - Repair and maintenance services of electrical building installations.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
45262660 - Asbestos-removal work.
50700000 - Repair and maintenance services of building installations.
50712000 - Repair and maintenance services of mechanical building installations.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, asbestos removal, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance. In addition, the Contract will include for undertaking some planned maintenance works including internal and external component replacement. The contract will be a long term contract under JCT MTC2016 for a maximum period of 8 years, subject to periodic performance reviews (annually) and a formal interim review after 4 years.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: Initial period of 48 months (4 years) (the Term) with an option to extend for 2 additional periods of 24 months up to a maximum of 8 years. Renewal of the contract will be subject to performance and the Authority’s future corporate strategy.
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: Not provided
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:
Applicants will be required to complete a Supplier Suitability Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SSQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
The Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.
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: Yes
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 - NO
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: No
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: 05/10/2017 Time: 12:00
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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 05/10/2017
Time: 12:00
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 No
Electronic invoicing will be accepted Yes
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kingston-upon-Thames:-Construction-work./C6A57CN73M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6A57CN73M
VI.4) Procedures for review
VI.4.1) Review body:
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 31/08/2017
Annex A