Painting Works and Pre-Paint Repairs Nottingham
Pre-Paint Repairs, Re-Painting and Other Associated Works.
United Kingdom-Nottingham: Roof works and other special trade construction works
2016/S 108-192237
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, Foster Avenue, Beeston
Nottingham
NG9 1AB
United Kingdom
Telephone: +44 1159177777
E-mail: steve.cotterill@broxtowe.gov.uk
NUTS code: UKF
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Pre-Paint Repairs, Re-Painting and Other Associated Works.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Broxtowe Borough Council operates a 5-year painting cycle in the north and south of the borough the north having approximately 262 properties per annum whilst the south of the borough have approximately 121 properties per annum.
Broxtowe Borough Council is seeking to appoint a preferred supplier to survey properties and carry out external pre-paint joinery repairs and re-painting to individual dwellings and communal parts to flats.
A summary of the works is as follows:
1. External pre-paint joinery repairs;
2. External redecoration of Council housing stock;
3. Removal of asbestos soffits, fascia’s / timber soffits, fascia’s and RWP;
4. Replacement of timber soffits, fascia’s and RWP with PVCu;
5. External balcony repairs;
6. Internal decoration of communal areas.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Borough of Broxtowe.
II.2.4)Description of the procurement:
Broxtowe Borough Council is seeking to appoint a preferred supplier to survey properties and carry out external pre-paint joinery repairs and re-painting to individual dwellings and communal parts to flats.
A summary of the works is as follows:
a) External pre-paint joinery repairs;
b) External redecoration of Council housing stock;
c) Removal of asbestos soffits, fascia’s / timber soffits, fascia’s and RWP;
d) Replacement of timber soffits, fascia’s and RWP with PVCu;
e) External balcony repairs;
f) Internal decoration of communal areas.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
See tender documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
IV.2.7)Conditions for opening of tenders
Broxtowe Borough Council.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Tender documents can be downloaded for free from: http://www.broxtowe.gov.uk/index.aspx?articleid=10991
1) Transfer of Undertakings (Protection of Employment) Regulations is likely to be applicable to this contract.
2) The contracting authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those Regulations.
3) The right is reserved not to proceed or not to award a contract for the whole or part of proposed procurement. 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 an interest or tendering for this contract.
4) Lodging Appeals:
The Council will incorporate a minimum 10 calendar-day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated in Section I.1) above. If an appeal regarding the award of Contract has not been successfully resolved, the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed, or are at risk of harm, by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ‘ineffective’.
5) The contract will be set up to be renewed each “Year” on the following basis:
— Year 1 = November 2016 to March 2017;
— Year 2 = April 2017 to March 2018;
— Year 3 = April 2018 to March 2019.
The contract will only be renewed at the Council’s sole discretion subject to satisfactory performance and pricing.
The Council reserves the right to split the award of contract to different providers if it is economically viable to do so.
The Council will require the successful Contractor to provide liaise with the Economic Development section to provide for employment and training opportunities. Further details and contacts can be obtained in Section B2.
The Council will require a probation period of 3 months at the start of each “Year” of the contract.
6) Contract Price and Adjustments:
The Contract Price shall be fixed from award of contract until 31.3.2019. This includes the potential extension after the 1st year.
The contract price will still be applicable to properties specified as requiring works between 1.11.2016 to 31.3.2019, even if these properties have not be completed by the Contractor.
7) The Common-hold and Leasehold Reform Act 2002 requires the Council to consult with leaseholders when entering into contracts/carrying out works as described in the act. This tender process is applicable to this Act.
8) The contract will be on the Council’s Terms and Conditions, which form part of this ITT pack. The successful Contractor will also have to sign the Data Processing Agreement.
(MT Ref:177311).
VI.4.1)Review body
Town Hall, Foster Avenue, Beeston
Nottingham
NG9 1AB
United Kingdom
Telephone: +44 1159177777Internet address:www.broxtowe.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
North Hertfordshire District Council Offices Refurbishment
Annual Decoration Works 2016 and 2017
Painting Contractors Framework Contract 2016