Contract notice

Information

Published

Date of dispatch of this notice: 13/03/2017

Expire date: 12/04/2017

External Reference: 2017-398140

TED Reference: 2017/S 051-094229

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Wandle Housing Association Limited
19225R
Second Floor, Minerva House
London
SE1 9BB
UK
Contact person: Fiona Lowe
Telephone: +44 7903788645
NUTS code:  UKI -  LONDON
Internet address(es):
Main address: www.wandle.com

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19400&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Wandle Managed Service
Reference number:  Ech 787
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

A maximum 8-year bespoke form of Contract for a Managed Service Provider to provide management, ICT and infrastructure support to Wandle's DLO in delivering responsive repairs and void works. The Managed Service Provider will be directly responsible for delivering sub-contracted works, fleet and associated services plus the supply of materials as part of its scope of service. Over the term of the Contract Wandle is keen to explore the possibility of extending the scope of the Managed Service to include (for example) planned works, cyclical works and estate services such as grounds maintenance and cleaning.
II.1.5)

Estimated total value

Value excluding VAT: 33000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

39715000  -  Water heaters and heating for buildings; plumbing equipment
43300000  -  Construction machinery and equipment
43325100  -  Grounds-maintenance equipment
43800000  -  Workshop equipment
44100000  -  Construction materials and associated items
44111000  -  Building materials
44115000  -  Building fittings
44115800  -  Building internal fittings
44200000  -  Structural products
44300000  -  Cable, wire and related products
44400000  -  Miscellaneous fabricated products and related items
44500000  -  Tools, locks, keys, hinges, fasteners, chain and springs
44800000  -  Paints, varnishes and mastics
44900000  -  Stone for construction, limestone, gypsum and slate
45000000  -  Construction work
45100000  -  Site preparation work
45112720  -  Landscaping work for sports grounds and recreational areas
45112723  -  Landscaping work for playgrounds
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45211000  -  Construction work for multi-dwelling buildings and individual houses
45211340  -  Multi-dwelling buildings construction work
45211350  -  Multi-functional buildings construction work
45261900  -  Roof repair and maintenance work
45261910  -  Roof repair
45262330  -  Concrete repair work
45262700  -  Building alteration work
45262800  -  Building extension work
45300000  -  Building installation work
45400000  -  Building completion work
45442110  -  Painting work of buildings
45452000  -  Exterior cleaning work for buildings
45452100  -  Blast cleaning work for building exteriors
45500000  -  Hire of construction and civil engineering machinery and equipment with operator
48000000  -  Software package and information systems
48800000  -  Information systems and servers
50000000  -  Repair and maintenance services
50111000  -  Fleet management, repair and maintenance services
50111100  -  Vehicle-fleet management services
50111110  -  Vehicle-fleet-support services
50116100  -  Electrical-system repair services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
71247000  -  Supervision of building work
71251000  -  Architectural and building-surveying services
71315000  -  Building services
71315210  -  Building services consultancy services
77314000  -  Grounds maintenance services
79993000  -  Building and facilities management services
90600000  -  Cleaning and sanitation services in urban or rural areas, and related services
90640000  -  Gully cleaning and emptying services
90650000  -  Asbestos removal services
90690000  -  Graffiti removal services
90900000  -  Cleaning and sanitation services
90911200  -  Building-cleaning services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
London
II.2.4)

Description of the procurement

Wandle is seeking expressions of interest from suitably qualified and experienced service providers to enter into a Managed Service Agreement for the provision of management, ICT and infrastructure support to its in-house DLO, primarily for the delivery of responsive repairs and void works. As part of its role, the Managed Service Provider will be directly responsible for the procurement, management and delivery of suitable supply chain members for delivering sub-contracted works, fleet and associated services plus the provision of materials.
The contract will be a bespoke form of contract which will run for a maximum term of 8 years and be subject to prescribed service targets. The maximum anticipated value of the contract excluding VAT is circa 33,000,000.00 GBP over 8 years.
Over the term of the Agreement, Wandle is keen to explore the possibility of extending the scope of the Managed Service to manage works and services such as planned works, cyclical works, cleaning and grounds maintenance.
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: 33000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
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:
6 Candidates will be invited to submit detailed solutions although the Contracting Authority reserves the right to increase the number of Candidates invited by 1 or 2 if the scores are closely placed at the cut off point at SQ evaluation stage.
II.2.10)

Information about variants

Variants will be accepted: no
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

All criteria and exclusion grounds to be used to shortlist Candidates to be Invited to Submit Detailed Solutions are set out in the tender documents, available to download from the EU Supply portal.

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 Selection Questionnaire and return this electronically via the EU Supply portal by the specified deadline.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Details as stated in the procurement documents.
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/04/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/05/2017
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 months : 3  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The contracting authority reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract. Wandle will be providing an opportunity for all interested Service Providers to attend a briefing as set out in the Selection Questionnaire. The purpose of this briefing will be to provide an introduction to Wandle, as well as an overview of the procurement process and the objectives of the procurement exercise.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Wandle will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.5)

Date of dispatch of this notice

13/03/2017