Contract notice

Information

Published

Date of dispatch of this notice: 31/03/2017

Expire date: 02/05/2017

External Reference: 2017-846474

TED Reference: 2017/S 066-123627

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Charnwood Borough Council
Council Office, Southfield Road
Loughborough
LE11 2TX
UK
Contact person: Pamela Graham
Telephone: +44 79506674764
NUTS code:  UKF22 -  Leicestershire CC and Rutland
Internet address(es):
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=19557&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

Regional or local authority
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Charnwood Capital Works (Decent Homes) Contract
Reference number:  Ech 779
II.1.2)

Main CPV code

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

Type of contract

Works
II.1.4)

Short description

A maximum 9-year JCT form of contract for the delivery of planned works programmes to Charnwood Borough Council's stock of c.6,000 properties. Works programmes shall include: kitchen and bathroom replacements; heating works (replacement and new system installations); periodic electrical testing and repairs, lighting, electrical upgrades, rewiring; roofing, soffits and guttering; structural and damp work; replacement doors; replacement windows and associated repairs; painting and pre-paint repairs; loft insulation; smoke,CO2 and heat detectors; disabled adaptations and subsequent repairs; void works; fire safety works; planned maintenance and estate works; external wall insulation; and bedsit conversions. This may include any other associated works required.
II.1.5)

Estimated total value

Value excluding VAT: 32400000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111400  -  Fire escape equipment
35111500  -  Fire suppression system
35111520  -  Fire suppression foam or similar compounds
44221220  -  Fire doors
44480000  -  Miscellaneous fire-protection equipment
45100000  -  Site preparation work
45210000  -  Building construction work
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312100  -  Fire-alarm system installation work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45320000  -  Insulation work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331110  -  Boiler installation work
45332000  -  Plumbing and drain-laying work
45332200  -  Water plumbing work
45333000  -  Gas-fitting installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45421000  -  Joinery work
45421100  -  Installation of doors and windows and related components
45421110  -  Installation of door and window frames
45421130  -  Installation of doors and windows
45421140  -  Installation of metal joinery except doors and windows
45421150  -  Non-metal joinery installation work
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
45430000  -  Floor and wall covering work
45431000  -  Tiling work
45432000  -  Floor-laying and covering, wall-covering and wall-papering work
45440000  -  Painting and glazing work
45441000  -  Glazing work
45442000  -  Application work of protective coatings
45443000  -  Facade work
45450000  -  Other building completion work
45451000  -  Decoration work
45452000  -  Exterior cleaning work for buildings
45453000  -  Overhaul and refurbishment work
45454000  -  Restructuring work
50000000  -  Repair and maintenance services
50413200  -  Repair and maintenance services of firefighting equipment
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
50750000  -  Lift-maintenance services
51700000  -  Installation services of fire protection equipment
71000000  -  Architectural, construction, engineering and inspection services
71500000  -  Construction-related services
71520000  -  Construction supervision services
II.2.3)

Place of performance

NUTS code:  UKF22 -  Leicestershire CC and Rutland
Main site or place of performance:  
Loughborough
II.2.4)

Description of the procurement

Charnwood Borough Council is seeking expressions of interest from suitably qualified and experienced suppliers to enter into a Contract of up to 9 years (5 + 2+ 2) for the provision of planned (capital) works to its stock of c.6,000 properties. Works programmes shall include: kitchen unit replacements and associated works; full bathroom replacements and associated works; partial bathroom replacements and associated works; heating works (replacement gas central heating boilers and hot water cylinders; replacement/fitting of new full heating systems; periodic electrical testing and repairs, lighting, electrical upgrades, rewiring (to individual dwellings and communal areas); roofing, soffits and guttering; structural and damp work; replacement doors (external, internal, shed and fire doors); replacement windows (timber and UPVC) and associated repairs; painting and pre-paint repairs; loft insulation; smoke,CO2 and heat detectors; disabled adaptations (including level access showers and flooring, showers over baths, through floor lifts (but not stair lifts), extensions and alterations of internal layout) and subsequent repairs; void works; fire safety works; planned maintenance and estate works; external wall insulation; and bedsit conversions. This may include any other associated works required. The estimated maximum value of the Contract over the 9-year term is £32,400,000.00. Please note that this is based on an indicative annual budget of £3.6m per annum.
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: 32400000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 108
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: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that 5 candidates will be invited to submit Tenders, following short listing at pre-qualification stage as set out within the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Council may extend the contract beyond the existing five-year term with two two-year extensions (i.e. the potential contract term is 5 + 2 + 2 years)
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 Tender 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 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

As set out within the Contract 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

Restricted procedure
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:  02/05/2017
Local time:  13:00
IV.2.3)

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

Date: 05/06/2017
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 : 6  (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. Charnwood Borough Council will be providing an opportunity for all interested Service Providers to attend a briefing as set out in the procurement documents. The purpose of this briefing will be to provide an introduction to Charnwood, 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
WC2A 2LL
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: 
Charnwood Borough Council 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

31/03/2017