Contract notice

Information

Published

Date of dispatch of this notice: 03/07/2018

Expire date: 06/08/2018

External Reference: 2018-450313

TED Reference: 2018/S 128-290714

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Muir Group Housing Association Limited
80 Lightfoot Street
Chester
CH2 3AL
UK
Contact person: Aaron John
Telephone: +44 707339800
NUTS code:  UK -  UNITED KINGDOM
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=24525&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

Muir Integrated Asset Management Contract
Reference number:  Ech 855
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 term 10-year TPC 2005 (as amended) (5 years with the option to extend by up to a further 5 years) contract to deliver responsive repairs, void works, planned works and gas servicing and breakdown, plus other associated building-related works to Muir's East Region housing portfolio.
II.1.5)

Estimated total value

Value excluding VAT: 17000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09331000  -  Solar panels
09332000  -  Solar installation
45211310  -  Bathrooms construction work
45232141  -  Heating works
45260000  -  Roof works and other special trade construction works
45300000  -  Building installation work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45315000  -  Electrical installation work of heating and other electrical building-equipment
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45350000  -  Mechanical installations
45400000  -  Building completion work
45421130  -  Installation of doors and windows
45421151  -  Installation of fitted kitchens
45442110  -  Painting work of buildings
50000000  -  Repair and maintenance services
50531200  -  Gas appliance maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50720000  -  Repair and maintenance services of central heating
50721000  -  Commissioning of heating installations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Huntingdon
II.2.4)

Description of the procurement

A maximum term 10-year TPC 2005 (as amended) contract (5 years with the option to extend by up to a further 5 years) to deliver responsive repairs, void works, planned works and gas servicing and breakdown works, plus associated other building-related works to Muir's East Region housing portfolio as defined in the property list in the procurement documents.
Responsive repair works will be delivered under a Price Per Property model, voids under a Price Per Void model and planned and other building works under a blend of archetype, SOR and quotation-based pricing. Gas servicing and breakdown works will be delivered via a 3* model.
The new Contract will be procured using a three-stage Competitive Dialogue procedure. Under the first stage Providers who feel they are suitably skilled and experienced to deliver the Works are required to complete and return a Selection Questionnaire by the stated deadline. These will be evaluated as set out in the procurement documents, and Muir anticipates short listing 6 Providers to be invited to participate in the next stage (Invitation to Submit Detailed Solutions). However, Muir reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point.
Following the submission and evaluation of Detailed Solutions, Muir anticipates short listing three Providers to be invited to participate in Competitive Dialogue. Following close of the CD period, the participants will be Invited to Submit Final Tenders.
Muir has selected to use Competitive Dialogue to procure the new Contract because the requirements are complex in nature and will be delivered using service delivery models and a new ICT solution, which will require changes in working for the Client. The Client is keen to engage with Providers through the process in order to refine the final solution.
Muir is procuring the Works under a single Lot in order to achieve a consistent service and the efficiencies that can be realised using an integrated solution.
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: 17000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
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:
As set out in 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 Contract will run for an initial period of 5 years, with the option to extend by up to a further 5 years subject to satisfactory contract performance.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  As set out in the procurement documents
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 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:  06/08/2018
Local time:  12:00
IV.2.3)

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

Date: 14/08/2018
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 Contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award a Contract. 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 an interest or tendering for this Contract.
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: 
Muir will observe a stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4)

Service from which information about the review procedure may be obtained

High Court
70 Whitehall
London
SW1A 2AS
UK