Stevenage Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Building Compliance Framework 2014 |
Notice type: | Contract Notice |
Authority: | Stevenage Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Stevenage Borough Council is leading on a framework contract seeking a single suitably qualified contractor for the provision of regular compliance servicing and related maintenance of Fire, Water, Electrical, Gas, Air Conditioning and minor building maintenance and inspection works, to mainly non-housing properties situated within the geographical areas of the client districts. Premises include Community Centres, Sports Pavilions, Chapels, Offices, Depots, Workshops and the like, which will be serviced by a dedicated multiskilled workforce, which will be predominantly directly employed by the service provider. The £40 million framework value is an estimated figure. The first call offs within the Hertfordshire area are estimated at approximately £4 million and thereafter the framework is being offered to local authorities within the East of England including the London Borough's which are estimated to make up the final value of £40 million. |
Published: | 22/04/2013 10:00 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Stevenage Borough Council
Daneshill House, Danestrete, Stevenage, SG1 1HN, United Kingdom
Tel. +44 1438242153, Email: procurement@stevenage.gov.uk, URL: http://www.stevenage.gov.uk/, URL: http://supplyhertfordshire.g2b.info/hpf/
Contact: John Ford, Attn: John Ford
Electronic Access URL: http://supplyhertfordshire.g2b.info/hpf/
Electronic Submission URL: http://supplyhertfordshire.g2b.info/hpf/
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
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Building Compliance Framework 2014
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKH - EAST OF ENGLAND
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a dynamic purchasing system
II.1.5)Short description of the contract or purchase:
Repair and maintenance services of building installations. Stevenage Borough Council is leading on a framework contract seeking a single suitably qualified contractor for the provision of regular compliance servicing and related maintenance of Fire, Water, Electrical, Gas, Air Conditioning and minor building maintenance and inspection works, to mainly non-housing properties situated within the geographical areas of the client districts. Premises include Community Centres, Sports Pavilions, Chapels, Offices, Depots, Workshops and the like, which will be serviced by a dedicated multiskilled workforce, which will be predominantly directly employed by the service provider.
The £40 million framework value is an estimated figure. The first call offs within the Hertfordshire area are estimated at approximately £4 million and thereafter the framework is being offered to local authorities within the East of England including the London Borough's which are estimated to make up the final value of £40 million.
II.1.6)Common Procurement Vocabulary:
50700000 - Repair and maintenance services of building installations.
BA09-6 - Gas
KA09-6 - For the treatment of water
CB15-6 - Mechanical
CB10-1 - Electrically powered
CB01-4 - Electrically heated
CB16-9 - Mechanical and electrical
CA04-2 - Fireproof/flameproof
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 framework contract will be for four years from 01/04/14 to 31/03/18. The contract will be open for call offs from local authorities in the East of England which are listed at the following web address: http://www.eelga.gov.uk/corporate/lg-east.aspx. The contract is also open to the County Councils in the Eastern region which include: Bedfordshire County Council, Cambridgeshire County Council, Essex County Council, Hertfordshire County Council, Norfolk County Council and Suffolk County Council. The framework is open to all members of Supply Hertfordshire listed on the following web address: http://supplyhertfordshire.g2b.info/hpf/members.shtml and all London local authorities listed on the following web address: http://www.londoncouncils.gov.uk/londonfacts/londonlocalgovernment/londonmapandlinks
Estimated value excluding VAT: 40,000,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/04/2014
Completion: 31/03/2018
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:
The right is reserved to require a parent company guarantee and/or suitable performance bond or bank guarantee to secure and advance payments/warranty or maintenance as appropriate/performance of the services.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to the supplier will be on Pounds Sterling and will normally be required to be made by means of electronic transfer. Full detail will be given in the invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
It is required that any contract awarded be entered into by a single legal entity on the part of the successful tenderer. Any legal entity which as a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As detailed in the pre-qualification questionnaire
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:
As detailed in the pre-qualification questionnaire
Minimum Level(s) of standards possibly required:
As detailed in the pre-qualification questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed in the pre-qualification questionnaire
Minimum Level(s) of standards possibly required:
As detailed in the pre-qualification questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
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 minimum number: 5
Objective Criteria for choosing the limited number of candidates:
As detailed in the pre-qualification questionnaire
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: Building Compliance Framework 2014
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 23/05/2013
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 23/07/2013
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: Not Provided
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: In a restricted process the number of parties invited to tender is subject to pre-qualification. The Council reserve the right not to award any contract and to terminate the procurement at any stage. The Councils accept no responsibility for any costs of preparation or submission of tenders.
To participate in this tender opportunity you will need to either click on the links to Delta below or follow these instructions :
Step 1: Register with Supply Hertfordshire.
You will need to register on http://supplyhertfordshire.g2b.info/hpf/ you will then be issued with a user nameand password. (If you have already registered with Delta or Supply Hertfordshire please follow the link above where you can log on with your existing user name, if you have registered and forgotten your user name and password please click on the forgotten password link below the login box. Please keep your user name and password secure and do not pass it to any third parties.
Step 2: Completing your PQQ
To complete the PQQ for this tender you will need to go to the Response Manager area and enter the access code: J474225T82. You will then be able to download the PQQ and complete. The PQQ will be available from the Delta system as soon as the OJEU contract reference has been confirmed. Any supporting documents should be cross referenced to the relevant question. If the Council requires further information concerning your application your organisation will be contacted, however please ensure that you provide full details and answer all questions as the Councils reserve the right not to ask applicants for further information or clarification.
Step 3. Uploading your completed PQQ
Once you have completed your PQQ for this tender exercise you must 'upload' your completed response into the tender box (Access Code: J474225T82). Please make sure you have submitted your completed PQQ to the correct Access Code and give yourself sufficient time to carry out the upload. The Councils will not be held accountable for any errors made in submitting your completed PQQ. If you are experiencing problems please contact the Delta Helpdesk via E-mail at helpdesk@delta-esourcing.com or call +44 8452707050 Monday to Friday 9am - 5pm for assistance.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Stevenage:-Repair-and-maintenance-services-of-building-installations./J474225T82
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J474225T82
GO-2013422-PRO-4749753 TKR-2013422-PRO-4749752
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Please see section VI 4.2
., ., ., United Kingdom
Body responsible for mediation procedures:
Please see section VI 4.2
., ., ., United Kingdom
VI.4.2)Lodging of appeals: Precise information on deadline (s) for lodging of any appeal is given by the Remedies Directive (2007/66/EC) also known as the Public Contracts (Amendment)Regulations 2009 (SI2009/2992).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 22/04/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Information detailed under II.1.1 - Quantity or Scope of Contract
As above, As above, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Stevenage: Repair and maintenance services of building installations.
I.1)Name, Addresses and Contact Point(s):
Stevenage Borough Council
Daneshill House, Danestrete, Stevenage, SG1 1HN, United Kingdom
Tel. +44 1438242153, Email: procurement@stevenage.gov.uk, URL: http://www.stevenage.gov.uk/, URL: http://supplyhertfordshire.g2b.info/hpf/
Contact: John Ford, Attn: John Ford
Electronic Access URL: http://supplyhertfordshire.g2b.info/hpf/
Electronic Submission URL: http://supplyhertfordshire.g2b.info/hpf/
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Building Compliance Framework 2014
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UKH - EAST OF ENGLAND
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Repair and maintenance services of building installations. Stevenage Borough Council is leading on a framework contract seeking a single suitably qualified contractor for the provision of regular compliance servicing and related maintenance of Fire, Water, Electrical, Gas, Air Conditioning and minor building maintenance and inspection works, to mainly non-housing properties situated within the geographical areas of the client districts. Premises include Community Centres, Sports Pavilions, Chapels, Offices, Depots, Workshops and the like, which will be serviced by a dedicated multiskilled workforce, which will be predominantly directly employed by the service provider.
The £40 million framework value is an estimated figure. The first call offs within the Hertfordshire area are estimated at approximately £4 million and thereafter the framework is being offered to local authorities within the East of England including the London Borough's which are estimated to make up the final value of £40 million.
II.1.5)Common procurement vocabulary:
50700000 - Repair and maintenance services of building installations.
BA09-6 - Gas
KA09-6 - For the treatment of water
CB15-6 - Mechanical
CB10-1 - Electrically powered
CB01-4 - Electrically heated
CB16-9 - Mechanical and electrical
CA04-2 - Fireproof/flameproof
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 40,000,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - Service Delivery Plan - 20
Quality - Partnering & Collaborative Working - 3
Quality - Quality Assurance & Management - 5
Quality - ICT Implementation & Development - 20
Quality - Health & Safety Management Plan - 3
Quality - Sustainability Management - 2
Quality - Management Structure - 5
Quality - Labour, Resource, Recruitment & Training - 5
Quality - Mobilisation Plan - 5
Quality - Service Efficiency Improvements
Please see further information for remainder of evaluation criteria - 5
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: Building Compliance Framework 2014
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 80 - 134876 of 24/04/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 03/12/2013
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: SSE Contracting Ltd
Postal address: Robert House, Pipers Way
Town: Thatcham
Postal code: RG19 4AZ
Country: United Kingdom
Telephone: +44 8450760532
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 40,000,000
Currency: GBP
Total final value of the contract
Value: 40,000,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
Further Evaluation Criteria:
11. Quality - Compliance Performance Management 5
12. Quality - Supply Chain Management 2
13. Price - Project Price 18
14. Price - Volume Discount 2
The GBP 40 million framework value is an estimated figure. The first call offs within the Hertfordshire area are estimated at approximately GBP 4 million and thereafter the framework is being offered to local authorities within the East of England including the London Borough's which are estimated to make up the final value of GBP 40 million.
The framework will be open for call offs from local authorities in the East of England which are listed at the following web address:http://www.eelga.gov.uk/corporate/lg-east.aspx. The contract is also open to the County Councils in the Eastern region which include: Bedfordshire County Council, Cambridgeshire County Council, Essex County Council, Hertfordshire County Council, Norfolk County Council and Suffolk County Council. The framework is open to all members of Supply Hertfordshire listed on the following web address: http://supplyhertfordshire.g2b.info/hpf/members.shtml and all London local authorities listed on the following web address: http://www.londoncouncils.gov.uk/londonfacts/londonlocalgovernment/londonmapandlinks
To view this notice, please click here:
https://supplyhertfordshire.g2b.info/delta/viewNotice.html?noticeId=83772958
GO-20131220-PRO-5349877 TKR-20131220-PRO-5349876
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Precise information on deadline (s) for lodging of any appeal is given by the Remedies Directive (2007/66/EC) also known as the Public Contracts (Amendment)Regulations 2009 (SI2009/2992).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 20/12/2013
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
See Complementary Information for details
., ., United Kingdom