Cameron Consulting: Responsive repairs, gas servicing and planned maintenance

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Responsive repairs, gas servicing and planned maintenance
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Works
Procedure: Restricted
Short Description: The Contract will comprise undertaking day to day responsive repairs and maintenance, voids maintenance, gas servicing and maintenance, planned maintenance & cyclical decorations. The contract is divided into 3 lots: 1: London (West); 2: London (Central & North); 3: Outside London. The Contract will be Term Alliance Contact TAC-1.
Published: 15/09/2017 16:20
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-London: Building construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Catalyst Housing Ltd
             26-30 Uxbridge Road, London, W5 2AU, United Kingdom
             Tel. +44 1732600500, Email: tenders@camerons.uk.com
             Main Address: www.chg.org.uk
             NUTS Code: UKJ
      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-London:-Building-construction-work./FEUEYF6SRY
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Responsive repairs, gas servicing and planned maintenance       
      Reference Number: T10272
      II.1.2) Main CPV Code:
      45210000 - Building construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The Contract will comprise undertaking day to day responsive repairs and maintenance, voids maintenance, gas servicing and maintenance, planned maintenance & cyclical decorations. The contract is divided into 3 lots: 1: London (West); 2: London (Central & North); 3: Outside London. The Contract will be Term Alliance Contact TAC-1.       
      II.1.5) Estimated total value:
      Value excluding VAT: 210,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or more lots but may only be awarded a maximum of one lot. Tenderers will be required to state their ranked preference if bidding for multiple lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: London (West)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45211100 - Construction work for houses.
      45211310 - Bathrooms construction work.
      45451000 - Decoration work.
      45421100 - Installation of doors and windows and related components.
      45421130 - Installation of doors and windows.
      45421132 - Installation of windows.
      45421151 - Installation of fitted kitchens.
      45350000 - Mechanical installations.
      45351000 - Mechanical engineering installation works.
      50531100 - Repair and maintenance services of boilers.
      45311100 - Electrical wiring work.
      45311200 - Electrical fitting work.
      45315100 - Electrical engineering installation works.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The Contract will comprise undertaking day to day responsive repairs and maintenance, voids maintenance, gas servicing & maintenance and planned maintenance (including cyclical decorations) in the following areas: Ealing, Hounslow, Hillingdon, Hammersmith and Fulham, Harrow, Spelthorne & Runnymede. The Contract will be the ACA Term Alliance Contact TAC-1 with a commitment to “collaborative working” and “innovative pricing mechanisms”. Whilst the contract will initially deliver “revenue” works i.e. repairs and maintenance, there is a progressive move to deliver planned “capital” works through the term contract from 2021 onwards. Approximate total value of all works over 10 year duration: 85M GBP.
      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: 85,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the SQ Documents. The top 5 scoring Applicants will be invited to tender for this lot.
      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: The contract will be awarded to a single operator to undertake the works within the area defined under this Lot. Tenderers may bid for one or more lots but may only be awarded a maximum of one lot. Applicants are required to state their preference for which lot is their first choice. Further information is set out in the Selection Questionnaire ("SQ").       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: London (Central & West)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45211100 - Construction work for houses.
      45211310 - Bathrooms construction work.
      45451000 - Decoration work.
      45421100 - Installation of doors and windows and related components.
      45421130 - Installation of doors and windows.
      45421132 - Installation of windows.
      45421151 - Installation of fitted kitchens.
      45350000 - Mechanical installations.
      45351000 - Mechanical engineering installation works.
      50531100 - Repair and maintenance services of boilers.
      45311100 - Electrical wiring work.
      45311200 - Electrical fitting work.
      45315100 - Electrical engineering installation works.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The Contract will comprise undertaking day to day responsive repairs and maintenance, voids maintenance, gas servicing & maintenance and planned maintenance (including cyclical decorations) in the following areas: Kensington and Chelsea, Brent, Barnet, Westminster, Hackney, Enfield, Haringey. The Contract will be the ACA Term Alliance Contact TAC-1 with a commitment to “collaborative working” and “innovative pricing mechanisms”. Whilst the contract will initially deliver “revenue” works i.e. repairs and maintenance, there is a progressive move to deliver planned “capital” works through the term contract from 2021 onwards. Approximate total value of all works over 10 year duration: 73M GBP.
      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: 73,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the SQ Documents. The top 5 scoring Applicants will be invited to tender for this lot.
      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: The contract will be awarded to a single operator to undertake the works within the area defined under this Lot. Tenderers may bid for one or more lots but may only be awarded a maximum of one lot. Applicants are required to state their preference for which lot is their first choice. Further information is set out in the Selection Questionnaire ("SQ").       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3: Outside London       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45211100 - Construction work for houses.
      45211310 - Bathrooms construction work.
      45451000 - Decoration work.
      45421100 - Installation of doors and windows and related components.
      45421130 - Installation of doors and windows.
      45421132 - Installation of windows.
      45421151 - Installation of fitted kitchens.
      45350000 - Mechanical installations.
      45351000 - Mechanical engineering installation works.
      50531100 - Repair and maintenance services of boilers.
      45311100 - Electrical wiring work.
      45311200 - Electrical fitting work.
      45315100 - Electrical engineering installation works.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The Contract will comprise undertaking day to day responsive repairs and maintenance, voids maintenance, gas servicing & maintenance and planned maintenance (including cyclical decorations) in the following areas: Reading, Oxford, Luton, Slough, Wycombe, Aylesbury Vale, South Oxfordshire, Cherwell, Wokingham, Central Bedfordshire, Vale of White Horse, Chiltern, West Oxfordshire, Milton Keynes, Crawley, West Berkshire, Windsor and Maidenhead, Bracknell Forest. The Contract will be the ACA Term Alliance Contact TAC-1 with a commitment to “collaborative working” and “innovative pricing mechanisms”. Whilst the contract will initially deliver “revenue” works i.e. repairs and maintenance, there is a progressive move to deliver planned “capital” works through the term contract from 2021 onwards. Approximate total value of all works over 10 year duration: 52M GBP.
      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: 52,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the SQ Documents. The top 5 scoring Applicants will be invited to tender for this lot.
      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: The contract will be awarded to a single operator to undertake the works within the area defined under this Lot. Tenderers may bid for one or more lots but may only be awarded a maximum of one lot. Applicants are required to state their preference for which lot is their first choice. Further information is set out in the Selection Questionnaire ("SQ").       


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:          
      Applicants will be required to complete a Selection Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.    
      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       
      The ACA Term Alliance Contract (TAC-1) forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.          
      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: Yes    

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: 2017/S 95 - 186744       
      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: 17/11/2017       
      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): 6
      
      

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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-construction-work./FEUEYF6SRY

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FEUEYF6SRY
   VI.4) Procedures for review
   VI.4.1) Review body:
             Catalyst Housing
       26-30 Uxbridge Road, London, W5 2AU, United Kingdom
       Tel. +44 3004562099, Email: tenders@cameron-consulting.co.uk
   VI.4.2) 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
          Internet address: www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful tenderers will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their tender in relation to the winning tender comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
       Internet address: www.cabinetoffice.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 15/09/2017

Annex A


View any Notice Addenda

View Award Notice