Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Thanet District Council - Repairs & Maintenance Contract (Ref: 468) |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, refuse bin maintenance, fire alarm testing & maintenance, door entryphone system repairs and maintenance, lift servicing & maintenance, asbestos removal, pest control, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance. The contract will also include for the provision of “customer call-centre” to manage repairs. The predominant services shall be provided to Housing Assets, although the provision of responsive repairs will also apply to the Authority's Corporate Property portfolio. In addition, the Contract will include for undertaking some capital improvement works to housing assets including internal and external component replacement. The Service Provider will also be expected to support the Authority in collecting data on its assets through stock condition software. The contract will be a long term partnering contract under the Term Partnering Contact TPC2005 (amended 2008) for a maximum period of 9 years, subject to periodic performance reviews (annually) and a formal interim review after 4 years. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to the contract. It is the responsibility of Applicants to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. |
Published: | 24/07/2015 14:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Thanet District Council
PO Box 9, Cecil Street, Margate, CT9 1XZ, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk, URL: https://thanet.gov.uk
Contact: Cameron Consulting (as agents for Thanet District Council), Attn: Neil Thody
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Thanet District Council - Repairs & Maintenance Contract (Ref: 468)
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Region Codes: UKJ4 - Kent
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Construction work. Building construction work. Construction work for subsidised residential accommodation. Roof repair and maintenance work. Repair and maintenance services of electrical building installations. Repair and maintenance services of electrical and mechanical building installations. Asbestos-removal work. Asbestos removal services. Repair and maintenance services. Repair and maintenance services of building installations. Call centre. Lift-maintenance services. Lifts, skip hoists, hoists, escalators and moving walkways. Lifts. Bath lifts. Mechanical lifts. Chairlifts. Stairlifts. Construction work for chair lifts. Parts of lifts. Fire-alarm system installation work. Fire-alarm systems. Burglar and fire alarms. Installation services of fire protection equipment. Miscellaneous fire-protection equipment. Repair and maintenance services of firefighting equipment. Fire-detection systems. Fire-prevention installation works. Firefighting equipment installation work. CO2 fire-extinguishing equipment installation work. Fire-extinguishers installation work. Installation services of electrical and mechanical equipment. Installation services of electrical equipment. Electrical wiring and fitting work. Electrical wiring work. Electrical fitting work. Electrical engineering installation works. Other electrical installation work. Electrical installation work. Installation of doors. Repair and maintenance services of pumps. Heating, ventilation and air-conditioning installation work. Ventilation and air-conditioning installation work. Ventilation installation work. Outdoor ventilation installation work. Inspection of ventilation system. Repair and maintenance services of mechanical building installations. Installation services of mechanical equipment. Installation of doors and windows and related components. Installation of doors and windows. Installation of windows. The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, refuse bin maintenance, fire alarm testing & maintenance, door entryphone system repairs and maintenance, lift servicing & maintenance, asbestos removal, pest control, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance. The contract will also include for the provision of “customer call-centre” to manage repairs. The predominant services shall be provided to Housing Assets, although the provision of responsive repairs will also apply to the Authority's Corporate Property portfolio. In addition, the Contract will include for undertaking some capital improvement works to housing assets including internal and external component replacement. The Service Provider will also be expected to support the Authority in collecting data on its assets through stock condition software. The contract will be a long term partnering contract under the Term Partnering Contact TPC2005 (amended 2008) for a maximum period of 9 years, subject to periodic performance reviews (annually) and a formal interim review after 4 years. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to the contract. It is the responsibility of Applicants to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
II.1.6)Common Procurement Vocabulary:
45000000 - Construction 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.
90650000 - Asbestos removal services.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
79512000 - Call centre.
50750000 - Lift-maintenance services.
42416000 - Lifts, skip hoists, hoists, escalators and moving walkways.
42416100 - Lifts.
42416110 - Bath lifts.
42416130 - Mechanical lifts.
42418220 - Chairlifts.
44115600 - Stairlifts.
45234230 - Construction work for chair lifts.
42419510 - Parts of lifts.
45312100 - Fire-alarm system installation work.
31625200 - Fire-alarm systems.
31625000 - Burglar and fire alarms.
51700000 - Installation services of fire protection equipment.
44480000 - Miscellaneous fire-protection equipment.
50413200 - Repair and maintenance services of firefighting equipment.
31625100 - Fire-detection systems.
45343000 - Fire-prevention installation works.
45343200 - Firefighting equipment installation work.
45343210 - CO2 fire-extinguishing equipment installation work.
45343220 - Fire-extinguishers installation work.
51100000 - Installation services of electrical and mechanical equipment.
51110000 - Installation services of electrical equipment.
45311000 - Electrical wiring and fitting work.
45311100 - Electrical wiring work.
45311200 - Electrical fitting work.
45315100 - Electrical engineering installation works.
45317000 - Other electrical installation work.
45310000 - Electrical installation work.
45421131 - Installation of doors.
50511000 - Repair and maintenance services of pumps.
45331000 - Heating, ventilation and air-conditioning installation work.
45331200 - Ventilation and air-conditioning installation work.
45331210 - Ventilation installation work.
45331211 - Outdoor ventilation installation work.
71315410 - Inspection of ventilation system.
50712000 - Repair and maintenance services of mechanical building installations.
51120000 - Installation services of mechanical equipment.
45421100 - Installation of doors and windows and related components.
45421130 - Installation of doors and windows.
45421132 - Installation of windows.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The total estimated value of services for the entire duration (9 years) is between 28,800,000GBP and 47,250,000GBP.
Estimated value excluding VAT:
Range between: 28,800,000 and 47,250,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Contracts will be awarded for an initial period of 4 years. Following a review, the Authority may decide to extend either in increments of 12 months or multiples thereof, up to a maximum of 5 years. The total maximum contract period that could be achieved is 9 years. The Authority is committed to long term partnering and intends on maximising the opportunities for long term arrangements and benefit from such arrangements.
If known, Provisional timetable for recourse to these options:
Duration in months: 48 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 5
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 12 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Parent Company Guarantee will be required by the Authority, the details of which are set out in the Invitation to Tender (ITT) and accompanying documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The terms of payment are set out in the ITT and accompanying documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but the Authority reserves the right to require the successful party to undertake primary contracting responsibility for the services or to require that one or more parties are jointly or severally liable or to create a particular legal entity. Further information is provided in the ITT.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The selected economic operator will be required to perform the services to the required standards set out in the ITT and accompanying documentation. The successful economic operator will be required as a condition of contract to comply with the Authority's terms and conditions.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete a PQQ consistent with the provisions of Public Contracts Regulations 2015. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete a PQQ consistent with the provisions of Public Contracts Regulations 2015. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 6
Objective Criteria for choosing the limited number of candidates:
A single economic operator will be appointed. On this basis, it is anticipated that 6 bidders will be invited to tender based on the 6 top scoring Applicants and achievement of the minimum threshold scores, further details of which are set out in the PQQ. The successful bidder will be appointed based on the criteria set out in the ITT and accompanying documentation. Further details are set out in the ITT and accompanying documentation.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 468
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/08/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 05/10/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender. The process seeks to select operators offering the appropriate capability, capacity and competency. The Authority reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed PQQ to be received by the tender portal at https://www.delta-esourcing.com/. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English (or a full translation provided at no cost to the Authority). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation to Tender (ITT) will be a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender. No contract capable of acceptance will be created between The Authority and any party until a contract is executed between The Authority and the selected provider. Applicants are liable for all of their own costs in participating in this process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Margate:-Construction-work./R77N66R7X5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R77N66R7X5
GO-2015724-PRO-6838270 TKR-2015724-PRO-6838269
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000, URL: www.hmcourtsservice. gov.uk
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, URL: www.cedr.com
VI.4.2)Lodging of appeals: In accordance with Regulation 55 of the Public Contracts Regulations 2015, 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 an “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 operator 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. Any such proceedings must be brought in the High Court of England & Wales.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 24/07/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Thanet District Council
PO Box 9, Cecil Street, Margate, CT9 1XZ, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Contact: Cameron Consulting (as agents for Thanet District Council)
Main Address: https://thanet.gov.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:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Thanet District Council - Repairs & Maintenance Contract (Ref: 468)
Reference number: Not Provided
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, refuse bin maintenance, fire alarm testing & maintenance, door entryphone system repairs and maintenance, lift servicing & maintenance, asbestos removal, pest control, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,267,194.6
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
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 provision of comprehensive repairs and maintenance services including day-to-day responsive repairs, void refurbishment, refuse bin maintenance, fire alarm testing & maintenance, door entryphone system repairs and maintenance, lift servicing & maintenance, asbestos removal, pest control, mechanical installations maintenance, aids and adaptations, estate based works and emergency out of hours maintenance.
II.2.5) Award criteria:
Quality criterion - Name: Proposed team and management structure / Weighting: 12
Quality criterion - Name: Communication / Weighting: 9
Quality criterion - Name: IT interfacing and workflows / Weighting: 10
Quality criterion - Name: Performance Management / Weighting: 3
Quality criterion - Name: Health, Safety & Welfare / Weighting: 3
Quality criterion - Name: Business continuity and risk management / Weighting: 6
Quality criterion - Name: Mobilisation / Weighting: 11
Quality criterion - Name: Social Value & Community / Weighting: 6
Price - 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: Not Provided
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
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: 01/04/2016
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators:
Contractor (No.1)
Mears Limited
1390 Montpellier Court, Gloucester Business Park, Brockworth, Gloucester, GL3 4AH, United Kingdom
NUTS Code: UKJ
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: 3,267,194.6
Lowest offer: 3,267,194.6 / Highest offer: 3,423,838.59
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, and the contract will be awarded on the basis of the most economically advantageous tender. The process seeks to select operators offering the appropriate capability, capacity and competency. The Authority reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part. Expressions of interest must be in the form of a completed PQQ to be received by the tender portal at https://www.delta-esourcing.com/. Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in English (or a full translation provided at no cost to the Authority). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation to Tender (ITT) will be a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender. No contract capable of acceptance will be created between The Authority and any party until a contract is executed between The Authority and the selected provider. Applicants are liable for all of their own costs in participating in this process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=193905411
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Internet address: http://www.hmcourtsservice.gov.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: http://www.cedr.com
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
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: http://www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice: 25/04/2016