General Building Works Framework Londonderry
Framework Agreement for Provision of General Building, Electrical and Mechanical Works.
United Kingdom-Londonderry: Construction work
2016/S 092-164114
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
10 Butcher Street
Londonderry
BT48 6HL
UNITED KINGDOM
Contact person: Procurement Officer
E-mail: development@apex.org.uk
NUTS code: UKN0
Internet address(es):
Main address: http://www.apex.org.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement for Provision of General Building, Electrical and Mechanical Works.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Apex Housing Association (‘Apex’) provides housing and support at affordable costs for those in need. Apex aims to meet the particular requirements of families and individuals through the provision of accommodation and associated services for general needs, young people, active and frail older people and for those with mental health difficulties, learning difficulties and those requiring emergency shelter.
Apex is seeking to identify suitably qualified Economic Operators for the provision of general building, electrical and mechanical works to dwellings owned by all Housing Associations who are registered with the Department for Communities in Northern Ireland (formerly Department for Social Development) (https://www.communities-ni.gov.uk/publications/registered-housing-associations-performance-indicators-2014-2015). The Framework is being established by Apex and will be available for use by those registered Housing Associations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Belfast including County Antrim, County Down and County Armagh
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Framework is being established to enable Apex and the above noted Housing Associations registered with the Department for Communities in Northern Ireland to place contracts for the provision of a comprehensive service embracing building, electrical works and mechanical works in Northern Ireland (the ‘Services’).
Economic Operators should note that Apex makes no guarantees regarding the value of contracts which will be placed under the Framework. Each Housing Association wishing to utilise the Framework shall enter into a contract with the successful Economic Operator which will cover all of the Services to be delivered to that Housing Association.
The Framework Agreement will be for a duration of 4 years.
The Framework has been subdivided into two (2) Lots: (1) Belfast including County Antrim, County Down and County Armagh; and (2) Londonderry including County Londonderry, County Tyrone and County Fermanagh. Economic Operators may submit a Pre-Qualification Questionnaire (PQQ) response for 1 or both Lots.
Apex will conduct the procurement using the Restricted Procedure, which is a 2-stage process, therefore only those who meet the requirements set out in the Pre-Qualification Questionnaire Package (‘PQQP’) and are ranked 1 to 10 following the evaluation process will proceed to the Invitation to Tender (‘ITT’) evaluation stage. Tenders are then evaluated and the Framework established. Economic Operators must be entirely confident that they have the necessary financial and technical capacity to meet the requirements.
The form of contract that will be used to call-off from the Framework for the provision of the Services will be an NEC Short form of contract.
The estimated value of the Services to be provided under this Lot is estimated to be 1 605 000 GBP per annum exclusive of VAT based on a framework duration of 4 years.
Economic Operators should note that contracts awarded under the Framework may be awarded either directly to framework members without a further competition or by using a mini-competition between framework members only. Apex reserves the right at its sole discretion to directly award contracts up to a value of 50 000 GBP to the highest ranked Economic Operator who fulfils all the stated requirements to Apex’s satisfaction.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Economic Operators will be chosen in accordance with the pre-qualification evaluation exercise as set out in the Memorandum of Information (‘MOI’) and the PQQP. For clarity, it is anticipated that the ten (10) Economic Operators for each Lot that satisfy the completeness and compliance checks, the criteria for the rejection of Economic Operators, the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be shortlisted and invited to submit tenders for appointment to the Framework Agreement for each Lot. It is also anticipated that there will be five (5) contractors appointed to the Framework for each Lot.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators will be chosen in accordance with the pre-qualification evaluation exercise as set out in the MOI and PQQP. Apex anticipates pre-qualifying 10 Economic Operators for each Lot to proceed through to the ITT stage. It is also anticipated that the Economic Operators ranked 1 to 5 will then be appointed to the Framework Agreement(s) for each Lot.
II.2.1)Title:
Londonderry including County Londonderry, County Tyrone and County Fermanagh
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Framework is being established to enable Apex and the above noted Housing Associations registered with the Department for Communities in Northern Ireland to place contracts for the provision of a comprehensive service embracing building, electrical works and mechanical works in Northern Ireland (the ‘Services’).
Economic Operators should note that Apex makes no guarantees regarding the value of contracts which will be placed under the Framework. Each Housing Association wishing to utilise the Framework shall enter into a contract with the successful Economic Operator which will cover all of the Services to be delivered to that Housing Association.
The Framework Agreement will be for a duration of 4 years.
The Framework has been subdivided into two (2) Lots: (1) Belfast including County Antrim, County Down and County Armagh; and (2) Londonderry including County Londonderry, County Tyrone and County Fermanagh. Economic Operators may submit a Pre-Qualification Questionnaire (PQQ) response for 1 or both Lots.
Apex will conduct the procurement using the Restricted Procedure, which is a 2-stage process, therefore only those who meet the requirements set out in the Pre-Qualification Questionnaire Package (‘PQQP’) and are ranked 1 to 10 following the evaluation process will proceed to the Invitation to Tender (‘ITT’) evaluation stage. Tenders are then evaluated and the Framework established. Economic Operators must be entirely confident that they have the necessary financial and technical capacity to meet the requirements.
The form of contract that will be used to call-off from the Framework for the provision of the Services will be an NEC short form of contract.
The estimated value of the Services to be provided under this Lot is estimated to be 10 650 000 GBP per annum exclusive of VAT based on a framework duration of 4 years.
Economic Operators should note that contracts awarded under the Framework may be awarded either directly to framework members without a further competition or by using a mini-competition between framework members only. Apex reserves the right at its sole discretion to directly award contracts up to a value of 50 000 GBP to the highest ranked Economic Operator who fulfils all the stated requirements to Apex’s satisfaction.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Economic Operators will be chosen in accordance with the pre-qualification evaluation exercise as set out in the Memorandum of Information (‘MOI’) and the PQQP. For clarity, it is anticipated that the ten (10) Economic Operators for each Lot that satisfy the completeness and compliance checks, the criteria for the rejection of Economic Operators, the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be shortlisted and invited to submit tenders for appointment to the Framework Agreement for each Lot. It is also anticipated that there will be five (5) contractors appointed to each Lot.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic Operators will be chosen in accordance with the pre-qualification evaluation exercise as set out in the MOI and PQQP. Apex anticipates pre-qualifying 10 Economic Operators for each Lot to proceed through to the ITT stage. It is also anticipated that the Economic Operators ranked 1 to 5 will then be appointed to the Framework Agreement(s) for each Lot.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the tender documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Apex reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be provided in the tender documentation.
Requests to participate may be submitted by a single candidate or a grouping of economic operators (consortium). In the event of a successful consortium bid, Apex may specify that the consortium takes a particular legal form and/or require that a single consortium member takes primary liability or that each member contracts on the basis of joint and several liability irrespective of the legal form adopted.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Apex expressly reserves the rights: (i) To cancel this procurement at any stage; (ii) Not to award any contract as a result of the procurement process commenced by publication of this notice; and (iii) To make whatever changes it may see fit to the content and structure of the competition. Apex shall not be responsible for any costs incurred by bidders, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
The PQQP Documentation can be obtained from the contact identified at Section I.1) of this notice. When requesting the information, Economic Operators are required to identify a contact point and a corresponding email address. In the event that Apex is required to circulate any clarifications during the tender process, it shall send any clarifications to this address and will not be responsible for contacting Economic Operators in any other way. It is the Economic Operator’s responsibility to ensure that this contact information is kept up to date and Economic Operators should advise Apex as soon as possible if the contact point changes.
It is the responsibility of bidders to ensure that they access the PQQP documentation promptly in order to give themselves sufficient time to provide a full and accurate response.
All discussion and correspondence shall be deemed strictly subject to contract until the Framework(s) is/are entered into. The Framework(s) shall not be binding until signed and dated by duly authorised representatives of both the relevant Housing Association and the relevant Economic Operator.
For clarity, in relation to Section IV.1.3) Apex anticipates that there will be five (5) contractors appointed to the Framework for each Lot.
VI.4.1)Review body
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
UNITED KINGDOM
E-mail: office@courtsni.gov.uk
VI.4.3)Review procedure
Any appeals should be promptly brought to the attention of the Chief Executive of Apex at the address set out in this notice, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such regulations, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the point information on award of contract is communicated to tenderers.
VI.4.4)Service from which information about the review procedure may be obtained
10 Butcher Street
Derry/Londonderry
BT48 6HL
UNITED KINGDOM
E-mail: development@apex.org.ukInternet address:http://www.apexhousing.org
VI.5)Date of dispatch of this notice:
Related Posts
Provide Project Management Services to Museum of London