Cameron Consulting: Repairs, Maintenance & Gas Servicing Contracts

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Repairs, Maintenance & Gas Servicing Contracts
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Works
Procedure: Open
Short Description: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, planned works and gas servicing.
Published: 06/10/2016 10:08
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-Kingston upon Thames: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Hastoe Housing Association
             Marina House, 17 Marina Place, Kingston upon Thames, KT1 4BH, United Kingdom
             Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
             Main Address: http://www.hastoe.com/custom/1/homepage/default.aspx
             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-Kingston-upon-Thames:-Construction-work./2224QP362D
      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: Repairs, Maintenance & Gas Servicing Contracts       
      Reference Number: T10290
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, planned works and gas servicing.       
      II.1.5) Estimated total value:
      Value excluding VAT: 7,400,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The Authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or both lots and may be awarded one or both lots. The Authority will apply the award criteria set out in the Procurement Documents in relation to the award of lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Area 3 (Havering, Essex, Herts, South Beds)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45451000 - Decoration work.
      45210000 - Building construction work.
      45215210 - Construction work for subsidised residential accommodation.
      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.
      50700000 - Repair and maintenance services of building installations.
      50712000 - Repair and maintenance services of mechanical building installations.
      50531100 - Repair and maintenance services of boilers.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, asbestos removal, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance. In addition, the Contract will include for undertaking some planned maintenance works including internal and external component replacement. The contract will be a long term contract under JCT MTC2011for a maximum period of 8 years, subject to periodic performance reviews (annually) and a formal interim review after 4 years.
      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: 3,800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be awarded for an initial term of 48 months. The Authority may award a further 2 renewals in 24 month increments or multiples thereof up to a maximum of 96 months.
      
      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 Authority will award a contract to the highest scoring Tenderer on each lot. Tenderers who submit a response for both lots will be required to state their preference for which lots they would like to be considered, stating their 1st and 2nd choice.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Areas 5&6 (SW London, East & West Sussex, Surrey, Berkshire, East Hampshire, Tunbridge Wells, Beulah Hill (SE London)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      45451000 - Decoration work.
      45210000 - Building construction work.
      45215210 - Construction work for subsidised residential accommodation.
      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.
      50700000 - Repair and maintenance services of building installations.
      50712000 - Repair and maintenance services of mechanical building installations.
      50531100 - Repair and maintenance services of boilers.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, asbestos removal, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance. In addition, the Contract will include for undertaking some planned maintenance works including internal and external component replacement. The contract will be a long term contract under JCT MTC2011for a maximum period of 8 years, subject to periodic performance reviews (annually) and a formal interim review after 4 years.
      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: 3,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be awarded for an initial term of 48 months. The Authority may award a further 2 renewals in 24 month increments or multiples thereof up to a maximum of 96 months.
      
      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 Authority will award a contract to the highest scoring Tenderer on each lot. Tenderers who submit a response for both lots will be required to state their preference for which lots they would like to be considered, stating their 1st and 2nd choice.       


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 Standard 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 Contract 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
      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    
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/11/2016 Time: 12:00
            
      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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/11/2016
         Time: 13:00
         Place:
         Remote via Tender Portal
      

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-Kingston-upon-Thames:-Construction-work./2224QP362D

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2224QP362D
   VI.4) Procedures for review
   VI.4.1) Review body:
             Hastoe Housing Association
       Marina House,, 17 Marina Place, Kingston upon Thames, KT1 4BH, United Kingdom
       Tel. +44 1732600500, 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 bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid 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: 06/10/2016

Annex A


View any Notice Addenda

View Award Notice