Disabled Colleagues is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Southern Housing - Cyclical Redecoration Term Contracts |
Notice type: | Contract Notice |
Authority: | Disabled Colleagues |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015. |
Published: | 26/08/2016 11:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.uk
Main Address: http://www.shgroup.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:-Construction-work./7ND5H67B43
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: Southern Housing - Cyclical Redecoration Term Contracts
Reference Number: T10277-2
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015.
II.1.5) Estimated total value:
Value excluding VAT: 30,000,000
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: 2
The contracting 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: Cyclical Redecorations Term Contract - NORTH N1/NORTH N2
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
45451000 - Decoration work.
45260000 - Roof works and other special trade construction works.
45261200 - Roof-covering and roof-painting work.
45342000 - Erection of fencing.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1 for an initial period of 5 years, extendable up to a maximum of 10 years. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015.
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: 18,000,000
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: Yes
Description of renewals: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Contractor in accordance with the terms set out in the Term Alliance Contract contained with the Procurement Documents.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the PQQ Documents. The top 8 scoring Candidates 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 Authority will award a contract to the highest scoring Tenderer on each lot. Tenderers who are invited to tender 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: Cyclical Redecorations Term Contract - SOUTH S1/SOUTH S2
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
45451000 - Decoration work.
45260000 - Roof works and other special trade construction works.
45261200 - Roof-covering and roof-painting work.
45342000 - Erection of fencing.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1 for an initial period of 5 years, extendable up to a maximum of 10 years. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015.
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: 12,000,000
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: Yes
Description of renewals: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Contractor in accordance with the terms set out in the Term Alliance Contract contained with the Procurement Documents.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: Candidates will be required to meet the Authority's minimum criteria and scoring threshold as set out in the PQQ Documents. The top 5 scoring Candidates 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 Authority will award a contract to the highest scoring Tenderer on each lot. Tenderers who are invited to tender 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 Pre-Qualification Questionnaire (PQQ) 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 PQQ. The PQQ 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 Term Alliance 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: 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: 2016/S 45 - 73138
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/09/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/11/2016
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:-Construction-work./7ND5H67B43
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7ND5H67B43
VI.4) Procedures for review
VI.4.1) Review body:
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.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 207536600, Email: info@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: 26/08/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.uk
Main Address: http://www.shgroup.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.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: Southern Housing - Cyclical Redecoration Term Contracts
Reference number: T10277-2
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 30,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Cyclical Redecorations Term Contract - NORTH N1/NORTH N2
Lot No:1
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45451000 - Decoration work.
45260000 - Roof works and other special trade construction works.
45261200 - Roof-covering and roof-painting work.
45342000 - Erection of fencing.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1 for an initial period of 5 years, extendable up to a maximum of 10 years. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: The Authority will award a contract to the highest scoring Tenderer on each lot. Tenderers who are invited to tender 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:Cyclical Redecorations Term Contract - SOUTH S1/SOUTH S2
Lot No:2
II.2.2) Additional CPV code(s):
45000000 - Construction work.
45451000 - Decoration work.
45260000 - Roof works and other special trade construction works.
45261200 - Roof-covering and roof-painting work.
45342000 - Erection of fencing.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Works will predominantly comprise the cyclical repair and redecoration as part of the Authority’s “Stock Reinvestment Programme”. This will comprise of cyclical repairs and redecoration to the external fabric and internal communal areas of the Authority’s built housing assets. The Authority’s delivery model is for a Contractor led “design and build” approach. Contracts will be awarded based on a Term Contract using under the ACA Term Alliance Contract TAC-1 for an initial period of 5 years, extendable up to a maximum of 10 years. The Contractor will be required to fulfil the role of Principal Designer and Principal Contractor under CDM Regulations 2015.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: The Authority will award a contract to the highest scoring Tenderer on each lot. Tenderers who are invited to tender 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 IV: Procedure
IV.1) Description
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
A dynamic purchasing system was set up: 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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 45-73138
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: 1
Title: N1 / N2 – Cyclical Decorations Term Contracts North
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2017
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Architectural Decorators Ltd
Samuel House, 7 Powerscroft Road, Sidcup, Kent, DA14 5DT, United Kingdom
NUTS Code: UKJ4
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: 18,000,000
Total value of the contract/lot: 18,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: S1 / S2 – Cyclical Decorations Term Contracts South
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2017
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Architectural Decorators Limited
Samuel House, 7 Powerscroft Road, Sidcup, Kent, DA14 5DT, United Kingdom
NUTS Code: UKJ4
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: 12,000,000
Total value of the contract/lot: 1,200,000
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=283118348
VI.4) Procedures for review
VI.4.1) Review body
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.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 207536600, Email: info@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 review procedure 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: 13/10/2017