the royal borough of kingston upon thames : Better Homes refurbishment programme

  the royal borough of kingston upon thames has published this notice through Delta eSourcing

Notice Summary
Title: Better Homes refurbishment programme
Notice type: Contract Notice
Authority: the royal borough of kingston upon thames
Nature of contract: Works
Procedure: Restricted
Short Description: The Royal Borough of Kingston upon Thames (the "Authority") is seeking expressions of interest from suitably qualified and experienced service providers to enter into a long-term partnering arrangement for the delivery of a programme of 'Better Homes' refurbishment works the ("Programme") to its residential housing stock comprising approximately 6,281 properties in the contract area, of which 1,441 are leasehold and 4,840 are tenanted. The number of properties may increase or decrease over the term of the Programme. The Authority intends to enter into a Framework Agreement under a bespoke form of TPC2005 (amended 2008) with a maximum of three successful service providers for a period of 48 months, although call offs may extend beyond that period. It is anticipated that the Authority shall instruct the works comprising the Programme via a direct award equally between the top two-ranked contractors on the Framework. Further information on the instruction of works under the Framework will be provided at tender stage. Call offs will be awarded in annual Task Orders subject to satisfactory performance by the service provider against pre-determined Key Performance Indicators. Call offs will be made throughout the life of the framework agreement, including the final year. The Authority is keen to pursue the government's sustainability agenda and to combat fuel poverty among residents. The Authority is also keen to explore other means of improving sustainability in their properties and therefore the tender documents will include opportunities to submit proposals for other "added-value" ecocommitments. The service providers may 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. Bidders should be able to demonstrate experience of and commitments to long-term partnering relationships and engagement with residents and propose strategies for developing continuous improvement. The Authority wishes to support people who are in long-term unemployment including young people not in education, employment or training and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulation 39 of the Public Contracts Regulations 2006.
Published: 11/04/2013 16:29

View Full Notice

UK-Kingston upon Thames: Building installation work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Royal Borough of Kingston upon Thames
      Guildhall, Kingston upon Thames, KT1 1EU, United Kingdom
      Tel. +44 2085475136, Email: justine.dennis@rbk.kingston.gov.uk, URL: www.kingston.gov.uk
      Attn: Justine Dennis

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

   I.3) Main activity:
      General Public Services
      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: Better Homes refurbishment programme
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Region Codes: UKI22 - Outer London - South         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 3
         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 35,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Building installation work. Electrical wiring and fitting work. Thermal insulation work. Central-heating installation work. Boiler installation work. Plastering work. Installation of doors and windows and related components. Installation of fitted kitchens. Tiling work. Floor-tiling work. Wall-tiling work. Decoration work. Refurbishment work. Erection and related works of roof frames and coverings. Roof-tiling work. Roof repair. Asbestos-removal work. Balcony work. Bituminous roof-covering work. Bathrooms construction work. Sanitary fixture installation work. The Royal Borough of Kingston upon Thames (the "Authority") is seeking expressions of interest from suitably
qualified and experienced service providers to enter into a long-term partnering arrangement for the delivery
of a programme of 'Better Homes' refurbishment works the ("Programme") to its residential housing stock
comprising approximately 6,281 properties in the contract area, of which 1,441 are leasehold and 4,840 are
tenanted. The number of properties may increase or decrease over the term of the Programme. The Authority
intends to enter into a Framework Agreement under a bespoke form of TPC2005 (amended 2008) with a
maximum of three successful service providers for a period of 48 months, although call offs may extend beyond
that period. It is anticipated that the Authority shall instruct the works comprising the Programme via a direct
award equally between the top two-ranked contractors on the Framework. Further information on the instruction
of works under the Framework will be provided at tender stage. Call offs will be awarded in annual Task Orders
subject to satisfactory performance by the service provider against pre-determined Key Performance Indicators.
Call offs will be made throughout the life of the framework agreement, including the final year. The Authority
is keen to pursue the government's sustainability agenda and to combat fuel poverty among residents. The
Authority is also keen to explore other means of improving sustainability in their properties and therefore the
tender documents will include opportunities to submit proposals for other "added-value" ecocommitments.
The service providers may 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. Bidders should be able to demonstrate
experience of and commitments to long-term partnering relationships and engagement with residents and
propose strategies for developing continuous improvement. The Authority wishes to support people who are
in long-term unemployment including young people not in education, employment or training and small and
medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote
sustainability through its procurement. Therefore this contract may contain community benefit clauses as
allowed within Regulation 39 of the Public Contracts Regulations 2006.
         
      II.1.6)Common Procurement Vocabulary:
         45300000 - Building installation work.
         
         45311000 - Electrical wiring and fitting work.
         
         45321000 - Thermal insulation work.
         
         45331100 - Central-heating installation work.
         
         45331110 - Boiler installation work.
         
         45410000 - Plastering work.
         
         45421100 - Installation of doors and windows and related components.
         
         45421151 - Installation of fitted kitchens.
         
         45431000 - Tiling work.
         
         45431100 - Floor-tiling work.
         
         45431200 - Wall-tiling work.
         
         45451000 - Decoration work.
         
         45453100 - Refurbishment work.
         
         45261000 - Erection and related works of roof frames and coverings.
         
         45261211 - Roof-tiling work.
         
         45261910 - Roof repair.
         
         45262660 - Asbestos-removal work.
         
         45262900 - Balcony work.
         
         45261214 - Bituminous roof-covering work.
         
         45211310 - Bathrooms construction work.
         
         45332400 - Sanitary fixture installation work.
         

      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: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The estimated value of the better homes refurbishment programme is expected to be between £8,000,000 and
£10,000,000 per annum (ex VAT). The total estimated value of the contract over the 4 year framework period
will be up to £35,000,000 (ex VAT)         
         Estimated value excluding VAT: 35,000,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (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:
      Details of any deposits or guarantees by the Authority will be set out in the contract documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details of any financial conditions or payment arrangements by the Authority will be set out in the contract
documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      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 wishes to support people who are in long-term unemployment including young people not in
education, employment or training and small and medium enterprises to ensure that there is specific capacity to
deliver the service it requires and promote sustainability through its procurement. Therefore this contract may
contain community benefit clauses as allowed within Regulation 39 of the Public Contracts Regulations 2006.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Applicants will be required to complete a Pre-Qualification Questionnaire consistent with EU Directive 2004/18/
EC. The Questionnaire is available from the email address given at Annex A and must be returned by the date
stipulated at section IV.3.4 to the address provided in the Questionnaire.      
      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:
         Applicants will be required to complete a Pre-
Qualification Questionnaire consistent with EU Directive
2004/18/EC. The Questionnaire is available from the
email address given at Annex A and must be returned
by the date stipulated at section IV.3.4 to the address
provided in the Questionnaire.         
         Minimum Level(s) of standards possibly required:
         The minimum turnover requirement for economic
operators applying for the contract is an average annual
turnover over the last three accounting periods of at
least fifteen million pounds (£15,000,000). Economic
operators not meeting these minimum levels will
be disqualified from the process. Other financial
requirements will be set out will be set out in the Pre-
Qualification Questionnaire.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Applicants will be required to complete a Pre-
Qualification Questionnaire consistent with EU Directive
2004/18/EC. The Questionnaire is available from the
email address given at Annex A and must be returned
by the date stipulated at section IV.3.4 to the address
provided in the Questionnaire.         
         Minimum Level(s) of standards possibly required:
         As stated in the Pre-Qualification Questionnaire.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 7
         
         Objective Criteria for choosing the limited number of candidates:
         As set out in the Pre-Qualification Questionnaire.   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: 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: 24/05/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: No
   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.The Authority reserves the right not to award a contract or to award a contract for part or parts of the
Programme advertised pursuant to this Notice. The Authority anticipates that the Business Transfers Directive
2001/23/EC as implemented by the Transfers of Undertakings (Protection of Employment) Regulations 2006
will apply to the transfer of personnel from the incumbent contractor under this procurement. The Authority's
detailed requirements will be set out in the Invitation to Tender and contract documents. Applicants are
requested to ensure they are fully aware of the requirements of this procurement and are able to commit the
necessary time and resources before returning a Pre-Qualification Questionnaire.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=57039729
GO-2013411-PRO-4723613 TKR-2013411-PRO-4723612
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

      Body responsible for mediation procedures:
               High Court of England and Wales
         Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2)Lodging of appeals: The process and requirements for lodging appeals is set out in the Public Contracts Regulations 2006 (as
amended) and the Authority will conduct itself in relation to any appeals in accordance with those Regulations.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date Of Dispatch Of This Notice: 11/04/2013

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Savills (UK) Limited
      Lansdowne House, 57, Berkeley Square, London, W1J 6ER, United Kingdom
      Tel. +44 2078774592, Email: shughes@savills.com
      Attn: Shane Hughes   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Savills (UK) Limited, Lansdowne House, 57
      Berkeley Square, London, W1J 6ER, United Kingdom
      Tel. +44 2078774592, Email: shughes@savills.com
      Attn: Shane Hughes   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Savills (UK) Limited
      Lansdowne House, 57 Berkeley Square, London, W1J 6ER, United Kingdom
      Tel. +44 2078774592, Email: shughes@savills.com
      Attn: Shane Hughes

View any Notice Addenda

View Award Notice

UK-Kingston upon Thames: Building installation work.

Section I: Contracting Authority
   Title: UK-Kingston upon Thames: Building installation work.
   I.1)Name, Addresses and Contact Point(s):
      The Royal Borough of Kingston upon Thames
      Guildhall, Kingston upon Thames, KT1 1EU, United Kingdom
      Tel. +44 2085475136, Email: justine.dennis@rbk.kingston.gov.uk, URL: www.kingston.gov.uk
      Attn: Justine Dennis

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Housing and community amenities
      Recreation, culture and religion

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Better Homes refurbishment programme      
      II.1.2)Type of contract and location of works:
         WORKS
         Region Codes: UKI22 - Outer London - South         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Building installation work. Electrical wiring and fitting work. Thermal insulation work. Central-heating installation work. Boiler installation work. Plastering work. Installation of doors and windows and related components. Installation of fitted kitchens. Tiling work. Floor-tiling work. Wall-tiling work. Decoration work. Refurbishment work. Erection and related works of roof frames and coverings. Roof-tiling work. Roof repair. Asbestos-removal work. Balcony work. Bituminous roof-covering work. Bathrooms construction work. Sanitary fixture installation work. A long-term partnering arrangement for the delivery of a programme of 'Better Homes' refurbishment works
to its residential housing stock comprising approximately 6,281 properties in the contract area, of which 1,441
are leasehold and 4,840 are tenanted. The number of properties may increase or decrease over the term of
the Programme. The Authority has entered into a Framework Agreement under a bespoke form of TPC2005
(amended 2008) with a three successful service providers for a period of 48 months, although call offs may
extend beyond that period. Works comprising the Better Homes Programme include but are not limited to the
replacement of kitchens, bathrooms, heating systems, electrical wiring, roofs and windows; and associated
building work including asbestos removal.
      II.1.5)Common procurement vocabulary:
         45300000 - Building installation work.
         45311000 - Electrical wiring and fitting work.
         45321000 - Thermal insulation work.
         45331100 - Central-heating installation work.
         45331110 - Boiler installation work.
         45410000 - Plastering work.
         45421100 - Installation of doors and windows and related components.
         45421151 - Installation of fitted kitchens.
         45431000 - Tiling work.
         45431100 - Floor-tiling work.
         45431200 - Wall-tiling work.
         45451000 - Decoration work.
         45453100 - Refurbishment work.
         45261000 - Erection and related works of roof frames and coverings.
         45261211 - Roof-tiling work.
         45261910 - Roof repair.
         45262660 - Asbestos-removal work.
         45262900 - Balcony work.
         45261214 - Bituminous roof-covering work.
         45211310 - Bathrooms construction work.
         45332400 - Sanitary fixture installation work.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 13,960,193
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Qualitative submission - 60
         Financial submission - 40
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 73 - 121693 of 13/04/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 05/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: United House Limited
         Postal address: Goldsel Road
         Town: Swanley
         Postal code: BR8 8EX
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 6,960,544
            Currency: GBP

         Total final value of the contract
            Value: 7,419,879
            Currency: GBP
         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 05/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: MITIE Property Services (UK) Limited
         Postal address: The Counting House 1st Floor, 53 Tooley Street
         Town: London
         Postal code: SE1 2QN
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 7,179,635
            Currency: GBP

         Total final value of the contract
            Value: 6,540,323
            Currency: GBP
         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 05/02/2014      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mears Group plc
         Postal address: 26-28 Hyde Way
         Town: Welwyn Garden City
         Postal code: AL7 3UQ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 6,960,544
            Currency: GBP

         Total final value of the contract
            Value: 6,936,025
            Currency: GBP
         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=94467636
GO-201443-PRO-5578333 TKR-201443-PRO-5578332   
   VI.3.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

      Body responsible for mediation procedures:
         High Court of England and Wales
         Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.3.2)Lodging of appeals: The process and requirements for lodging appeals is set out in the Public Contracts Regulations 2006 (as
amended) and the Authority will conduct itself in relation to any appeals in accordance with those Regulations.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
   
   VI.4)Date Of Dispatch Of This Notice: 03/04/2014