Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | CDHG - Stock Investment Programme 2017 |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Works |
Procedure: | Negotiated |
Short Description: | Stock Investment Programme |
Published: | 10/02/2017 15:07 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
County Durham Housing Group
County Durham Housing Group, 1st Floor, Spectrum 6, Spectrum Business Park, Seaham, County Durham, SR7 7TT, United Kingdom
Email: louise.chase@consortiumprocurement.org.uk
Contact: Louise Chase
Main Address: https://www.countydurhamhousinggroup.co.uk
NUTS Code: UKC
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.org.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.org.uk 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: www.delta-esourcing.org.uk
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: CDHG - Stock Investment Programme 2017
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Stock Investment Programme
II.1.5) Estimated total value:
Value excluding VAT: 138,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45210000 - Building construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45211100 - Construction work for houses.
45211200 - Sheltered housing construction work.
45211300 - Houses construction work.
45211310 - Bathrooms construction work.
45211340 - Multi-dwelling buildings construction work.
45211341 - Flats construction work.
45211350 - Multi-functional buildings construction work.
45213100 - Construction work for commercial buildings.
45223200 - Structural works.
44620000 - Central-heating radiators and boilers and parts.
45232141 - Heating works.
45331100 - Central-heating installation work.
45260000 - Roof works and other special trade construction works.
45261000 - Erection and related works of roof frames and coverings.
45261210 - Roof-covering work.
45261211 - Roof-tiling work.
45261212 - Roof-slating work.
45261213 - Metal roof-covering work.
45261320 - Guttering work.
45262300 - Concrete work.
45262600 - Miscellaneous special-trade construction work.
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45313100 - Lift installation work.
45342000 - Erection of fencing.
45410000 - Plastering work.
45421000 - Joinery work.
45421100 - Installation of doors and windows and related components.
45421110 - Installation of door and window frames.
45421130 - Installation of doors and windows.
45421148 - Installation of gates.
45421151 - Installation of fitted kitchens.
45430000 - Floor and wall covering work.
45431000 - Tiling work.
45432000 - Floor-laying and covering, wall-covering and wallpapering work.
45432112 - Laying of paving.
45451000 - Decoration work.
II.2.3) Place of performance:
UKC14 Durham CC
II.2.4) Description of procurement: - Window and Door replacements
- Roof replacements
- External/structural works
- Heating system replacement
- Kitchen/Bathroom replacements
- Adaptations (minor/major installations)
- Electrical rewires and alarm systems
- Asbestos management
- Chimney works
- Rendering, brickwork and repointing
- Major void works
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: 138,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2017 / End: 31/03/2027
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: 6
Objective criteria for choosing the limited number of candidates: The candidates that will be invited to tender will be the highest 6 scoring candidates in their response to "scored" selection questions in accordance with Regulation 65 PCR 2015. In the event of a tie at the 6th highest scoring position, all candidates who have the tie score will be invited to tender.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: After an initial fixed period, the contract may be terminated on notice under a no-fault break clause.
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: Not provided
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:
The suitability criteria are set out in a selection questionnaire ("SQ") instructions and scoring document which can be obtained from the address in section I.1.
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
Details of the conditions are set out in the procurement documents. These may include conditions relating to social, environmental and/or employment-related considerations.
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 NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.5) Information about negotiation: Yes.
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: 13/03/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/03/2017
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): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026
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: County Durham Housing Group (CDHG) comprises Durham City Homes, Dale and Valley Homes and East Durham Homes, covering the County Durham geographical area in the North East of England and has a housing stock of over 18,500 properties. Works may be procured under the contract that is the subject of this procurement for any contracting authority which is part of CDHG, either now or at any time during the contract.
CDHG reserves the right to change without notice the procedure for awarding the contract, to reject all or any bids for the contract, to terminate the process and not to award a contract at any time without any liability on its part. No contract will be created between CDHG and any party until a contract is executed between CDHG and the winning bidder.
CDHG do not guarantee the volume of Works that will be awarded under this agreement.
Tenders and all supporting documentation for the contract must be in English and must be priced in sterling.
CDHG is not liable for any costs (including any third party costs fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English Courts.
All communications must be made through the eTendering portal Delta e-sourcing. CDHG will not respond to any queries or requests to participate made via any other method.
The Northern Housing Consortium have been appointed by CDHG to conduct the Tender exercise only, they will not be party to any agreement for the Works set out in the contract.
CDHG are looking to appoint a single Constructor to undertake the Stock Investment Programme for the initial period and with potential options to extend as stated in this contract notice.
The reference to the negotiated procedure in section IV.1.1 is an error within the Delta tendering portal. The procedure for this procurement is the competitive with negotiation.
To clarify, the information required in sections III.1.2 and 1.3 are as stated in the procurement documents.
To clarify, the information required in section III.2.3 will be evaluated at tender stage only.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-County-Durham:-Construction-work./C6HNA4CDD2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6HNA4CDD2
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3 below
Durham, United Kingdom
VI.4.2) Body responsible for mediation procedures:
See VI.4.3 below
Durham, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective".
VI.4.4) Service from which information about the lodging of appeals may be obtained:
See VI.4.3
Durham, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 10/02/2017
Annex A