Responsive Repairs and Void Property Works London
Responsive Repairs, Void Property Works, Cyclical Decorations and General Maintenance Work.
United Kingdom-London: Repair and maintenance services of building installations
2015/S 193-349106
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Southern Housing Group
Fleet House, 59 — 61 Clerkenwell Road
For the attention of: TBA
EC1M 5LA London
UNITED KINGDOM
Telephone: +44 3003031772
E-mail: shgprocurement@effefftee.co.uk
Internet address(es):
General address of the contracting authority: http://www.shgroup.org.uk
Address of the buyer profile: http://www.shgroup.org.uk
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
All current and future subsidiaries of Southern Housing Group Ltd, which will include but not be limited to South Housing Group Ltd, Southern Development Services Ltd, Southern Housing Home Ownership, Southern Space and Southern Maintenance Services.
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Execution
Main site or location of works, place of delivery or of performance: The Isle of Wight.
NUTS code UKJ34
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
This Contract Notice relates to the procurement of works to the Isle of Wight region only.
The properties owned and managed by Southern Housing Group, on the Isle of Wight, include general needs housing, housing for the elderly, and supported housing.
Southern Housing Group, whose subsidiaries consist of South Housing Group Ltd, Southern Development Services Ltd, Southern Housing Home Ownership, Southern Space and Southern Maintenance Services (The Contracting Authorities) seek expressions of interest from suitably qualified and experienced contractors in order to be able to select a contractor to enter into a Traditional Partnering Contract with the Contracting Authority.
It is intended that present and future members of the Southern Housing Group may utilise the Contract.
As well as delivering responsive maintenance and void works, the successful contractor will also deliver the Contracting Authorities Cyclical Decorations work on the Island. Gas Servicing, breakdowns and installs maybe included in the Contract from the start of year 4.
Furthermore, The Contracting Authorities reserve the right to include Planned Refurbishment Works, and Cleaning / Grounds Maintenance services from year 3 of the Contract, once the Contract is stable and operating.
The Contracting Authorities may also elect to include the testing of Fire Alarm Systems and Emergency Lighting in the Contract. The earliest date for such inclusion would be from the start of year 2 of the Contract.
The Tender documentation is available from Faithorn Farrell Timms via MyTenders. All as set out in this Contract Notice. All expressions of interest / tender returns must be communicated as per the details in the tender documents. Any expressions of interest / tender documents that are not communicated / provided as per the tender document may not be received and may therefore be disregarded.
The Contract is not being divided into Lots as the Contracting Authorities believe that the Contract will be best delivered and managed by 1 single Economic Operator. The introduction of Lots would introduce the need for higher internal resource. They also believe that they will achieve better Value for Money by appointing a single Economic Operator. This is largely due to the geographical location of this procurement which is solely restricted to the Isle of Wight
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=142533
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
50700000, 71540000, 44110000, 50710000, 50531100, 45451000, 45453000, 45453100, 77314000, 90911200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1. The carrying out of responsive repairs, void refurbishment works, cyclical decorations and any other associated building maintenance works at the properties owned and managed by the Contracting Authorities. The estimated value of the works is 2 600 000 GBP per year. The overall Contract value will therefore be dependant on whether the Contract duration is extended from 5 years to 10 years.
At year 3 of the programme the Contracting Authorities may include Planned Refurbishment Works, Cleaning Services and Grounds Maintenance Services within the Contract.
At year 4 of the programme the Contracting Authorities may include Gas Servicing Works, Gas breakdowns and gas installations with the Contract.
The Contracting Authorities may also elect to include the testing of Fire Alarm Systems and Emergency Lighting in the Contract. The earliest date for such inclusion would be from the start of year 2 of the Contract.
Estimated value excluding VAT:
Range: between 12 500 000 and 25 000 000 GBP
II.2.2)Information about options
Description of these options: 1) The Contract will run for an initial period of 5 years with an option to extend the Contract (at the Contracting Authorities discretion) for a further period of 5 years. The initial term contract will contain break clauses for the Contracting Authority and Service Provider.
2) Pricing Changes — The contract will be costed through a Price Per Property (PPP) system. The Group will set a maximum number of jobs (with a tolerance level e.g. +/- 10 %) for all works. However, the Group reserves the right at its absolute discretion to revert to a Schedule of Rates payment methodology at any time. OR 2) Pricing Changes — The Group reserves the right at its absolute discretion to amend the payment methodology at any time.
3) Requirement Changes — The Contracting Authorities may amend the number of properties within the Contract package and also retain the option to add additional geographical areas into the Contract packages or establish additional or alternative Contract packages.
4) Ad hoc Work — The Contracting Authorities may require additional ad hoc work to be undertaken under this contract. The Contracting Authorities therefore retain the option to add additional work packages or establish alternative work packages as required. Any additional work under the contract would fall under the remit of the usual services performed under pension administration and / or actuarial services.
5) The Contracting Authorities may look to include the Cyclical Decorations aspect of the Contract within the Price Per Property model from the start of the second or third year of the Contract.
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Economic Operators will be advised as necessary during the procurement process. Parent Company and/or guarantees of performance and financial liability may be required, if considered appropriate. For further details please refer to the Tender Documents via the www.mytenders.org link.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
One member of any grouping/consortium of suppliers will be required to accept prime contractorship or the grouping of economic operators may be required to form a single entity for the contracting authority to contract with. For further details please refer to the tender documents via thewww.mytenders.org link.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Details as per the tender documents via the www.mytenders.org link.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under the contract the contractors and their supply chains will be required to participate in the achievement of social and/or environmental policy objectives relating to the recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations, for further details please refer to the tender documents via thewww.mytenders.org link.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Tender Documents for all requirements via thewww.mytenders.org link.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Tender Documents for all requirements via thewww.mytenders.org link.
Minimum level(s) of standards possibly required: Please refer to the Tender Documents for all requirements via the www.mytenders.org link.
III.2.3)Technical capacity
Please refer to the Tender Documents for all requirements.
Minimum level(s) of standards possibly required:
Please refer to the Tender Documents for all requirements.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 130-231930 of 8.7.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: The end of May 2020 if the Contract is not extended by 5 years. The end of May 2025 if the 5 year extension period is taken up.
VI.3)Additional information
The Contracting Authorities shall not be liable for any cost or expense incurred by any candidate or Tenderer in connection with the completion and return information requested in this contract notice or in the completion or submission of any tender.” And/ or “Bid variations are only acceptable where they have been explicitly asked for within the Tender documents. If you provide unauthorised bid variations these may be disregarded. Always provide a fully compliant version of the Tender as requested (with any variations as optional extras), as failure to do so may mean that your bid is disregarded
(MT Ref: 142533).
VI.4.1)Body responsible for appeal procedures
The Royal Courts of Justice
The Strand
WC2 2LL London
UNITED KINGDOM
Telephone: +44 207947600
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072763000
VI.5)Date of dispatch of this notice: