Dacorum Borough Council : Total Asset Management Contract

  Dacorum Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Total Asset Management Contract
Notice type: Contract Notice
Authority: Dacorum Borough Council
Nature of contract: Works
Procedure: Competitive Dialogue
Short Description: By way of background overview, Dacorum Borough Council ("the Authority") has been considering and reviewing its options to facilitate the delivery of a better and more streamlined approach to the repairs and maintenance of the Authority's built assets. As a result of its reviews and further to inputs from interested providers in a softmarket testing exercise, the Authority has identified that it will need to enter into a number of different contracts to fully deliver this objective. The Authority intends to enter into (1) a single contract, Borough wide for the delivery of repairs, maintenance and improvement works, with a single Service Provider; and (2) separate contracts with one or more service providers for the provision of “Specialist” contracts, including, but notwithstanding, the following: - Community Alarms Maintenance, Fire Alarm Servicing & Maintenance, Domestic Gas Servicing & Water Testing, Communal Gas Servicing & Water Testing, Lift Maintenance and Legionella Testing). The Authority has considered its procurement options and intends to divide its proposed contracts into a number of "packages". The Authority intends to undertake a separate procurement exercise for each contract package. Under this contract opportunity, the Authority is seeking a contractor to act as a single source operator for the management and delivery of works and services in the provision of repair, maintenance and improvements to the Authority’s built assets (excluding gas appliances and heating installations). The works elements of the contract will include: (1) responsive repairs – this comprises the delivery of a 24/7/365 day-to-day maintenance service including the provision of responsive repairs and emergency out of hours services; (2) void repairs – this comprises the delivery of void refurbishment works to bring properties up to the Authority’s lettable standard and to enable reletting of properties; and (3) planned improvements – this comprises the undertaking of planned preventative maintenance and improvement to the Authority’s built assets to maintain the Authority’s assets in a good state of repair in accordance with the Authority’s Asset Management Strategy, lettable standard and repairs policies. (4) The contractor will also be required to assist the Authority in the identification and delivery of energy saving initiatives and energy wide offers to the Authority's built assets throughout the borough. The services elements of the contract will include: (1) Design Services – this comprises the provision of design services in connection with the delivery of planned and responsive works under a “Design and Build” approach; and (2) Call Centre Function –this comprises the provision of a call centre function in connection with the delivery of responsive repairs. The Contract to be used will be the ACA Term Partnering Contract TPC 2005 (Amended 2008) with further amendments. The value provided in Section II 1.4 is only an estimate. The Authority cannot guarantee to the successful Contractor that this will the sum payable under the Contract. Further details concerning this contract opportunity together with the Authority’s key Objectives and Outputs are provided in the high-level descriptive document which is available from the address in section I.1 above.
Published: 07/02/2013 17:57

View Full Notice

UK-Hemel Hempstead: Building construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
      Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: http://www.dacorum.gov.uk, URL: http://www.delta-esourcing.com/delta
      Contact: Procurement, Attn: Ben Hosier

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Total Asset Management Contract
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

         Region Codes: UKH23 - Hertfordshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Building construction work. Construction work. Roof repair and maintenance work. Repair and maintenance services of electrical building installations. Repair and maintenance services of electrical and mechanical building installations. Asbestos-removal work. Asbestos removal services. Call centre. Repair and maintenance services of mechanical building installations. Repair and maintenance services of building installations. Installation services of electrical equipment. Lightning-protection works. Lightning-conductor installation work. Lightning-protection equipment. Lightning conductors. Water-treatment work. Decoration work. Roof insulation work. Insulation work. Thermal insulation work. Fences. Installation of doors and windows and related components. Installation of doors and windows. Installation of windows. Installation of metal joinery except doors and windows. Fire doors. Architectural design services. Architectural, engineering and planning services. Architectural, engineering and surveying services. Architectural and building-surveying services. Landscape architectural services. Engineering works and construction works. Engineering services. Consultative engineering and construction services. Civil engineering consultancy services. Structural engineering consultancy services. Heating engineering services for buildings. Environmental engineering consultancy services. Advisory and consultative engineering services. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Engineering design services for the construction of civil engineering works. By way of background overview, Dacorum Borough Council ("the Authority") has been considering and reviewing its options to facilitate the delivery of a better and more streamlined approach to the repairs and maintenance of the Authority's built assets.
As a result of its reviews and further to inputs from interested providers in a softmarket testing exercise, the Authority has identified that it will need to enter into a number of different contracts to fully deliver this objective.
The Authority intends to enter into (1) a single contract, Borough wide for the delivery of repairs, maintenance and improvement works, with a single Service Provider; and (2) separate contracts with one or more service providers for the provision of “Specialist” contracts, including, but
notwithstanding, the following: - Community Alarms Maintenance, Fire Alarm Servicing & Maintenance, Domestic Gas Servicing & Water Testing, Communal Gas Servicing & Water Testing, Lift Maintenance and Legionella Testing).
The Authority has considered its procurement options and intends to divide its proposed contracts into a number of "packages".
The Authority intends to undertake a separate procurement exercise for each contract package.
Under this contract opportunity, the Authority is seeking a contractor to act as a single source operator for the management and delivery of works and services in the provision of repair, maintenance and improvements to the Authority’s built assets (excluding gas appliances and heating installations).
The works elements of the contract will include:
(1) responsive repairs – this comprises the delivery of a 24/7/365 day-to-day maintenance service including the provision of responsive repairs and emergency out of hours services;
(2) void repairs – this comprises the delivery of void refurbishment works to bring properties up to the Authority’s lettable standard and to enable reletting of properties; and
(3) planned improvements – this comprises the undertaking of planned preventative maintenance and improvement to the Authority’s built assets to maintain the Authority’s assets in a good state of repair in accordance with the Authority’s Asset Management Strategy, lettable standard and repairs policies.
(4) The contractor will also be required to assist the Authority in the identification and delivery of energy saving initiatives and energy wide offers to the Authority's built assets throughout the borough.

The services elements of the contract will include:
(1) Design Services – this comprises the provision of design services in connection with the delivery of planned and responsive works under a “Design and Build” approach; and
(2) Call Centre Function –this comprises the provision of a call centre function in connection with the delivery of responsive repairs.

The Contract to be used will be the ACA Term Partnering Contract TPC 2005 (Amended 2008) with further amendments.
The value provided in Section II 1.4 is only an estimate.
The Authority cannot guarantee to the successful Contractor that this will the sum payable under the Contract.
Further details concerning this contract opportunity together with the Authority’s key Objectives and Outputs are provided in the high-level
descriptive document which is available from the address in section I.1 above.
         
      II.1.6)Common Procurement Vocabulary:
         45210000 - Building construction work.
         
         45000000 - Construction work.
         
         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.
         
         90650000 - Asbestos removal services.
         
         79512000 - Call centre.
         
         50712000 - Repair and maintenance services of mechanical building installations.
         
         50700000 - Repair and maintenance services of building installations.
         
         51110000 - Installation services of electrical equipment.
         
         45312310 - Lightning-protection works.
         
         45312311 - Lightning-conductor installation work.
         
         31216100 - Lightning-protection equipment.
         
         31216200 - Lightning conductors.
         
         45232430 - Water-treatment work.
         
         45451000 - Decoration work.
         
         45261410 - Roof insulation work.
         
         45320000 - Insulation work.
         
         45321000 - Thermal insulation work.
         
         34928200 - Fences.
         
         45421100 - Installation of doors and windows and related components.
         
         45421130 - Installation of doors and windows.
         
         45421132 - Installation of windows.
         
         45421140 - Installation of metal joinery except doors and windows.
         
         44221220 - Fire doors.
         
         71220000 - Architectural design services.
         
         71240000 - Architectural, engineering and planning services.
         
         71250000 - Architectural, engineering and surveying services.
         
         71251000 - Architectural and building-surveying services.
         
         71420000 - Landscape architectural services.
         
         45220000 - Engineering works and construction works.
         
         71300000 - Engineering services.
         
         71310000 - Consultative engineering and construction services.
         
         71311000 - Civil engineering consultancy services.
         
         71312000 - Structural engineering consultancy services.
         
         71314310 - Heating engineering services for buildings.
         
         71313000 - Environmental engineering consultancy services.
         
         71318000 - Advisory and consultative engineering services.
         
         71320000 - Engineering design services.
         
         71321000 - Engineering design services for mechanical and electrical installations for buildings.
         
         71322000 - Engineering design services for the construction of civil engineering works.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The total estimated value of the contract over the anticipated maximum duration of 10 years is between 200,000,000 and 300,000,000 GBP.
The Authority reserves the right to commission works and services outside of the term contract and the term contract does not guarantee any minimum levels of work.                  
         Estimated value excluding VAT:
         Range between: 200,000,000 and 300,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The Term Contract will be awarded for an initial term of 60 months. The contract will be reviewed at this time and subject to performance and the client's future procurement strategy, there may be one further renewal of 60 months, up to a maximum of 120 months.
The Authority is committed to long term partnering and intends on maximising the opportunities for long term arrangements and benefit from such arrangements.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 120 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                            
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Participate in Dialogue (ITPD) and accompanying documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms of payment will be set out in the Invitation to Participate in Dialogue (ITPD) and accompanying documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium.
The Authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liabilities.
In addition, those parties forming a consortia will not be permitted to bid as a single entity as well.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The Authority reserves the right to require economic, social and environmental conditions which will be set out in
the Invitation to Participate in Dialogue (ITPD).      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a PreQualification Questionnaire (PQQ).
The PQQ is available from the address in section I.1 above and must be returned by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed PreQualification Questionnaire (PQQ) to be received by the Authority via the Authority's e-tendering portal at http://supplyhertfordshire.g2b.info/hpf      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a PreQualification Questionnaire (PQQ).
The PQQ is available from the address in section I.1 above and must be returned by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed PreQualification Questionnaire (PQQ) to be received by the Authority via the Authority's e-tendering portal at http://supplyhertfordshire.g2b.info/hpf         
         Minimum Level(s) of standards possibly required:
         As set out in the prequalification questionnaire which is available from the address in section I.1.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a PreQualification Questionnaire (PQQ).
The PQQ is available from the address in section I.1 above and must be returned by the date stipulated in IV.3.4.
Expressions of Interest must be in the form of a completed PreQualification Questionnaire (PQQ) to be received by the Authority via the Authority's e-tendering portal at http://supplyhertfordshire.g2b.info/hpf         
         Minimum Level(s) of standards possibly required:
         As set out in the prequalification questionnaire which is available from the address in section I.1.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 4
         
         Objective Criteria for choosing the limited number of candidates:
         Envisaged number of 4 bidders will be invited to participate in the dialogue. Bidders will be shortlisted based on criteria set out in the PQQ.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CPU00230      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2012/S 70 - 115932 of 11/04/2012
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/03/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 10/06/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
Expressions of Interest must be in the form of a completed PreQualification Questionnaire (PQQ) to be received by the Council via the Authority's e-tendering portal at http://supplyhertfordshire.g2b.info/hpf.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.
To respond to this opportunity, please ue the following link: https://www.delta-esourcing.com/respond/GZM5436M45
The deadline for submitting your response is 11/03/13 12:00. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +44 8452707050 or email helpdesk@deltaesourcing.com.
Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling.
Any contract or agreement pursuant to this tender process will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender unless the tenderer expressly stipulates to the contrary.
The Authority is of the view that the EU Business Transfers Directive 2001/23/EC may apply to this procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=51177944
GO-201327-PRO-4571291 TKR-201327-PRO-4571290
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
      Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: www.dacorum.gov.uk

      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, URL: www.cedr.com

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N(inclusive) of the Public Contracts Regulations 2006 (as amended).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Dacorum Borough Council
      Civic Centre, Marlowes, Hemele Hempstead, HP1 1HH, United Kingdom
      Tel. +44 144228215, Email: ben.hosier@dacorum.gov.uk, URL: www.dacorum.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 07/02/2013

ANNEX A

View any Notice Addenda

View Award Notice