Notting Hill Genesis has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | NHH Leasehold - Approved List for Minor Maintenance Works |
Notice type: | Prior Information Notice |
Authority: | Notting Hill Genesis |
Nature of contract: | Not applicable |
Procedure: | Restricted |
Short Description: | |
Published: | 06/05/2016 14:35 |
View Full Notice
Preliminary Questions
This notice is for prior information only: No
This notice aims at reducing time-limits for receipt of tenders: No
This notice is a call for competition: Yes
Section I: Contracting Authority
I.1) Name and addresses:
Notting Hill Home Ownership
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Email: tender@nhhg.org.uk
Contact: Central Procurement
Main Address: http://www.nottinghillhousing.org.uk/about-us/business-with-us
NUTS Code: UKI
Specifications and additional documents: As Above
I.2) Joint procurement:
The contract involves joint procurement: No.
The contract is awarded by a central purchasing body: No .
I.3) Communication
Further information can be obtained from: the above mentioned address
Tenders or requests to participate must be sent: to the abovementioned address
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: NHH Leasehold - Approved List for Minor Maintenance Works
Reference number: PROC0045
II.1.2) Common Procurement Vocabulary:
45453100 - Refurbishment work.
II.1.3) Type of contract: WORKS
II.1.4) Short description:
Notting Hill Housing's (NHH) Leasehold Team are inviting suppliers experienced in delivering minor maintenance projects to join NHH’s Approved List, which will be managed through Construction Line
Leasehold specialise in providing a service to NHH’s homeowners and managing the communal and external areas of the buildings. NHH’s responsibility for these units extends to maintaining the non-residential areas of the property and does not include works within the tenant’s property. The scope of works for this Approved list is restricted and only includes, undertaking ad-hoc repairs, making good works, repairs to faulty fixtures
This Notice is to last 12 months from the date of publication and includes all minor building works projects. The combined value is less than £4 million per annum across 2,300 properties. Most projects is estimated to be less than £15,000
II.1.5) Estimated total value:
Value excluding VAT (give figures only) : 4,000,000 - GBP
II.1.6) Information about lots:
This contract is divided into lots: No
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: Not Provided
II.2) Lot Description
II.2.2) Additional CPV code(s):
71314100 - Electrical services.
98395000 - Locksmith services.
45261420 - Waterproofing work.
44111000 - Building materials.
44163112 - Drainage system.
45442000 - Application work of protective coatings.
44220000 - Builders' joinery.
45112700 - Landscaping work.
45410000 - Plastering work.
45233141 - Road-maintenance works.
45262100 - Scaffolding work.
45310000 - Electrical installation work.
II.2.3) Place of performance:
Region Codes:
UKI - LONDON
II.2.4) Description of the procurement:
The specific works that may be procured under this Approved List cannot be clearly defined at this stage, however the nature and types of works that may be required are summarised below:
Construction Work, Building Construction Work, Repair and Maintenance Services, Building Services Maintenance (M & E), Electrical Installation and Maintenance Services, Building (General), Building Refurbishment
Building Repairs And Improvements, Building (Design and Construct), Painting and Decorating (General), Joinery, Doors, Windows (Pvcu), Glazing, Roofing, Tiling (Wall), Brick And Blockwork, Plumbing, Flooring (General), Scaffolding, Asbestos Removal/Treatment, Site Clearance, Landscaping, Fencing, Building (Multi Storey Car Parks) to include maintenance, Building Services Planned and Reactive Maintenance, Drainage, Fire Protection, Insulation Work (Building), Locksmiths, Partitions, Plastering, Road Maintenance (Minor Works), Listed Building Work
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) Estimate value
Value excluding VAT (give figures only) : 4,000,000 - GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Not Provided
This contract is subject to renewal : Not Provided
II.2.10) Information about variants
Variants will be accepted : NO
II.2.11) Information about 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 Approved List will provide a robust record of potential Suppliers considered capable of carrying out building work to a satisfactory standard.
This PIN has been issued in order to transparently advertise the opportunities to the market. The total value of works commissioned by NHH’s Leasehold Team, does not exceed a combined value of £4 million per annum, however should the combined value exceed £4 million per annum, NHH will undertake a formal tendering exercise in line with the Public Contracts Regulations (PCR) 2015.
This Approved List in itself is therefore not a contract; contracts are only formed when works are called-off under this Approved List for Minor Maintenance Works. The terms and conditions for all works placed can be found at: http://www.nottinghillhousing.org.uk/about-us/business-with-us.
To join the Approved List, experienced Suppliers need to register their organisation on Construction Line. As part of the registration process, Suppliers will need to complete a PAS91 Pre-Qualification Questionnaire (PQQ), in line with the requirements of the PCR 2015, including any supporting documentation to complete their application. Further information can be found at: http://www.constructionline.co.uk/static/PAS91/Whatispas91.html#.VyxJAGZwaUk
If Suppliers are already registered with Construction Line, they need only register their interest within NHH’s Approved List. There will be no need to complete the full PQQ — simply supply their Construction Line membership number. Suppliers already registered with Construction Line should, however, confirm the information held by Construction Line on their company is accurate and that they are registered for the correct work categories and values relating to the Approved List work categories that they are applying for.
All Suppliers who meet the selection criteria and pass the PQQ will be admitted to the Approved List. There will be no limit on the number of Suppliers that may join the Approved List for each work category. New Suppliers can also apply to join the Approved List at any point during its lifetime.
Notwithstanding Section IV.1.1) Type of procedure: a call-off contract will be placed following a competitive tendering exercise whereby NHH will select suitable Suppliers from the Approved List, before issuing a Request for Quotation (RFQ). This RFQ will include the scope and full description of the works required, including the timeframe for when the works must be completed by. All responses received will be considered by the appropriate Leasehold team member to identify the most appropriate Supplier.
NHH will not be issuing any further notices within the OJEU in respect of the opportunities described in this PIN. This includes any OJEU Notice or Contract Award Notices for works estimated to be under £25,000.
The Approved List places no obligations on NHH, including any parent undertaking of Notting Hill Housing Trust or Notting Hill Home Ownership and any subsidiary undertaking of Notting Hill Housing Trust including any of its associated groups, now or in the future, to procure any building works.
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:
Information and formalities necessary for evaluating if the requirements are met: (a) A copy of the audited accounts for the most recent 2 years, or
(b) a statement of the turnover, profit and loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation, or
(c) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position, or
(d) Alternative means of demonstrating financial status if any of the above are not available (e.g. Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). Minimum level(s) of standards possibly required:
a Pre-Qualification Questionnaire (PQQ) will be issued to all interested Suppliers throughout the duration of this Approved List detailing the conditions for participation in respect of the operator's personal situation. The PQQ question set is aligned to PAS 91, the standardised pre-qualification questionnaire developed by BSI to reduce duplication within the construction industry. Submissions from any interested Supplier who does not respond in the requisite manner may be disregarded.
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
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - Not Provided
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
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - NO
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date - 30/04/2017 Local Time - 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.5) Scheduled date for start of award procedures: 01/05/2017
Section VI: Complementary Information
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional Information:
Potential Suppliers should be aware that call-off contracts will be commissioned and works will be completed from the publication date of this Notice until this PIN expires, 30th April 2017.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=201201628
GO-201656-PRO-8169515 TKR-201656-PRO-8169514
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
Court of Appeal
TBC, London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Notting Hill Housing Trust
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 06/05/2016