Derby Homes Ltd: DH17062 - General Builders Framework

  Derby Homes Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: DH17062 - General Builders Framework
Notice type: Contract Notice
Authority: Derby Homes Ltd
Nature of contract: Works
Procedure: Open
Short Description: Derby Homes Ltd and Derby City Council (the Client) would like to set up a framework with 5 Service Provider for a period of 4 years and a maximum spend of £4,000,000 across all providers. The works will be for general repairs and maintenance as well as other general building works within the boundary of the city of Derby. Schedule of rates will be based on the NAT FED schedule of rates as well as some bespoke rates and, as and when required, calls for further competition amongst all providers. The Client does not guarantee the amount of work, if any, awarded to Service Providers on this framework.
Published: 21/05/2018 16:55
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Derby: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Derby Homes Ltd, 04380984
             839 London Road, Derby, DE24 8UZ, United Kingdom
             Tel. +44 1332888777, Email: DH-Procurement@derby.gov.uk
             Main Address: https://www.derbyhomes.org/
             NUTS Code: UKF11
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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-Derby:-Repair-and-maintenance-services./89KT838682
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/89KT838682 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: DH17062 - General Builders Framework       
      Reference Number: DH17062
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Derby Homes Ltd and Derby City Council (the Client) would like to set up a framework with 5 Service Provider for a period of 4 years and a maximum spend of £4,000,000 across all providers. The works will be for general repairs and maintenance as well as other general building works within the boundary of the city of Derby. Schedule of rates will be based on the NAT FED schedule of rates as well as some bespoke rates and, as and when required, calls for further competition amongst all providers. The Client does not guarantee the amount of work, if any, awarded to Service Providers on this framework.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45400000 - Building completion work.
      50700000 - Repair and maintenance services of building installations.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: Please see the procurement documentation for full tendering information.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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: Bids will be scored out of 1000 marks (400 for price and 600 for quality). Only bidders who pass the mandatory and discretionary exclusion criteria and achieve a total equal or exceeding 700 marks, will be allowed a place onto the framework (up to a maximum of 5 Service Providers)       


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          
      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.2.2) 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 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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 5           
         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: Yes       
   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: 25/06/2018 Time: 13:00
            
      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:
         Until: 29/10/2018
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/06/2018
         Time: 13:01
      

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: 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-Derby:-Repair-and-maintenance-services./89KT838682

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/89KT838682
   VI.4) Procedures for review
   VI.4.1) Review body:
             Derby Homes Ltd
       839 London Road, Derby, DE24 8UZ, United Kingdom
       Tel. +44 1332888587
   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: 21/05/2018

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Derby City Council
       Council House, Derby, DE1 2FS, United Kingdom
       Email: DH-Procurement@derby.gov.uk
       Main Address: https://www.derby.gov.uk/
       NUTS Code: UKF11

View any Notice Addenda

View Award Notice

UK-Derby: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Derby Homes Ltd, 04380984
       839 London Road, Derby, DE24 8UZ, United Kingdom
       Tel. +44 1332888777, Email: DH-Procurement@derby.gov.uk
       Main Address: https://www.derbyhomes.org/
       NUTS Code: UKF11

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: DH17062 - General Builders Framework            
      Reference number: DH17062

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Derby Homes Ltd and Derby City Council (the Client) would like to set up a framework with 5 Service Provider for a period of 4 years and a maximum spend of £4,000,000 across all providers. The works will be for general repairs and maintenance as well as other general building works within the boundary of the city of Derby. Schedule of rates will be based on the NAT FED schedule of rates as well as some bespoke rates and, as and when required, calls for further competition amongst all providers. The Client does not guarantee the amount of work, if any, awarded to Service Providers on this framework.

      II.1.6) Information about lots
         This contract is divided into lots: No
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 1 / Highest offer:4,000,000         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.
            45400000 - Building completion work.
            50700000 - Repair and maintenance services of building installations.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: Please see the procurement documentation for full tendering information.

      II.2.5) Award criteria:
       Not Provided

      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: Bids will be scored out of 1000 marks (400 for price and 600 for quality). Only bidders who pass the mandatory and discretionary exclusion criteria and achieve a total equal or exceeding 700 marks, will be allowed a place onto the framework (up to a maximum of 5 Service Providers)


Section IV: Procedure

IV.1) Description

   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       
      

   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: Yes

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: 02/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 11          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Axis Europe Plc, 1991637
             145-149 Vauxhall Street, London, SE11 5RH, United Kingdom
             Tel. +44 2075642100, Email: info@axiseurope.com
             Internet address: https://www.axiseurope.com/
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 1 / Highest offer: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 45%                   
         Short description of the part of the contract to be subcontracted:
          Subcontractors to be utilised for general building works (40%), scaffolding (100%) and painting and decorating (40%)          

Award Of Contract (No.2)

   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: 02/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 11          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             J M Hill Building Services Limited, 08467329
             Unit 26, The Tangent Business Hub, Weighbridge Road, Shirebrook, NG20 8RX, United Kingdom
             Tel. +44 1623414111, Email: office@jmhbuild.org
             Internet address: http://www.jmhbuild.co.uk/Home.aspx
             NUTS Code: UKF1
            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: Not Provided          
         Lowest offer: 1 / Highest offer: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   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: 02/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 11          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             GAP Property Services (Leicester) Ltd, 07302993
             Unit 9 Woodgate Business Centre, 74c Bradgate Street, Leicester, LE4 0AW, United Kingdom
             Tel. +44 1162425796, Email: admin@gap-propertyservices.co.uk
             Internet address: https://www.gapproperties.com/
             NUTS Code: UKF21
            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: Not Provided          
         Lowest offer: 1 / Highest offer: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   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: 02/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 11          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             T&S Heating Ltd, 1206770
             92 Rolleston Drive, Arnold, NG5 7JP, United Kingdom
             Tel. +44 8009759668, Email: sales@tsheating.co.uk
             Internet address: https://www.tsheating.co.uk/
             NUTS Code: UKF1
            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: Not Provided          
         Lowest offer: 1 / Highest offer: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   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: 02/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 11          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Woodland Property Services, 3626619
             Unit 4 Ascot Business Park, Longbridge Lane, Derby, DE24 8UJ, United Kingdom
             Tel. +44 8001217770, Email: info@woodlanddbm.co.uk
             Internet address: http://www.woodlanddbm.co.uk/
             NUTS Code: UKF11
            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: Not Provided          
         Lowest offer: 1 / Highest offer: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=373482738

   VI.4) Procedures for review

      VI.4.1) Review body
          Derby Homes Ltd
          839 London Road, Derby, DE24 8UZ, United Kingdom
          Tel. +44 1332888587

      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: 29/01/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Derby City Council
       Council House, Derby, DE1 2FS, United Kingdom
       Email: DH-Procurement@derby.gov.uk
       Main Address: https://www.derby.gov.uk/
       NUTS Code: UKF11