The Abbeyfield Society is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Reactive Repairs and Maintanance Works (East) |
Notice type: | Contract Notice |
Authority: | The Abbeyfield Society |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Reactive Repairs and Maintenance |
Published: | 18/09/2017 14:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Abbeyfield Society
St. Peters House, 2 Bricket Road, St. Albans, AL1 3JW, United Kingdom
Tel. +44 1727734094, Email: i.kirsch@abbeyfield.com
Contact: Ian Kirsch
Main Address: www.abbeyfield.com, Address of the buyer profile: www.abbeyfield.com
NUTS Code: UKH23
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-St.-Albans:-Building-construction-work./F5QKV5T4XC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/project/buyer/editContractNotice.htm 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
Other type:: Charity
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Reactive Repairs and Maintanance Works (East)
Reference Number: Not provided
II.1.2) Main CPV Code:
45210000 - Building construction work.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Reactive Repairs and Maintenance
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex
UKI LONDON
UKH2 Bedfordshire and Hertfordshire
UKJ4 Kent
UKH23 Hertfordshire
UKH12 Cambridgeshire CC
UKJ2 Surrey, East and West Sussex
UKH14 Suffolk
UKH15 Norwich and East Norfolk
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: Plumbing Roofing, Electrical, Carpentry, Flooring, Decorating, Fencing, Drainage, Plastering, Brickwork, Glazing.
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: 2,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2017 / End: 30/09/2021
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates: 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: This will be a 2+2 Year Framework Agreement.
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
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
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
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: 20/10/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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): 48
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St.-Albans:-Building-construction-work./F5QKV5T4XC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F5QKV5T4XC
VI.4) Procedures for review
VI.4.1) Review body:
The Abbeyfield Society
St. Peters House, 2 Bricket Road, St. Albans, Al1 3JW, United Kingdom
Tel. +44 1727857536
Internet address: www.abbeyfield.com
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: 18/09/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Abbeyfield Society
St. Peters House, 2 Bricket Road, St. Albans, AL1 3JW, United Kingdom
Tel. +44 1727734094, Email: i.kirsch@abbeyfield.com
Contact: Ian Kirsch
Main Address: www.abbeyfield.com, Address of the buyer profile: www.abbeyfield.com
NUTS Code: UKH23
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.4)Type of the contracting authority:
Other type:: Charity
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Reactive Repairs and Maintanance Works (East)
Reference number: Not Provided
II.1.2) Main CPV code:
45210000 - Building construction work.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Reactive Repairs and Maintenance
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,600,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
UKI - LONDON
UKH2 - Bedfordshire and Hertfordshire
UKJ4 - Kent
UKH23 - Hertfordshire
UKH12 - Cambridgeshire CC
UKJ2 - Surrey, East and West Sussex
UKH14 - Suffolk
UKH15 - Norwich and East Norfolk
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance:
Essex
LONDON
Bedfordshire and Hertfordshire
Kent
Hertfordshire
Cambridgeshire CC
Surrey, East and West Sussex
Suffolk
Norwich and East Norfolk
Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of the procurement: Plumbing Roofing, Electrical, Carpentry, Flooring, Decorating, Fencing, Drainage, Plastering, Brickwork, Glazing.
II.2.5) Award criteria:
Quality criterion - Name: quality / Weighting: 60
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: This will be a 2+2 Year Framework Agreement.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: No
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: 04/12/2017
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Gilmartins
Gilmartin House, 102 Collingdon Street, Luton, LU1 1RX, United Kingdom
NUTS Code: UKH21
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: 2,600,000
Total value of the contract/lot: 2,600,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=291547062
VI.4) Procedures for review
VI.4.1) Review body
The Abbeyfield Society
St. Peters House, 2 Bricket Road, St. Albans, Al1 3JW, United Kingdom
Tel. +44 1727857536
Internet address: www.abbeyfield.com
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: 05/12/2017