Better Homes and Construction Framework London
Maximum number of participants to the framework agreement envisaged: 41.
United Kingdom-London: Construction work
2015/S 039-065854
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Camden
—
5 Pancras Square
For the attention of: Mark Everest
N1C 4AG London
UNITED KINGDOM
Telephone: +44 207974444
E-mail: mark.everest@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=10320&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=10320&B=LBCAMDEN
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
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
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
Design and execution
Execution
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 41
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 350 000 000 GBP
Frequency and value of the contracts to be awarded: Various.
II.1.5)Short description of the contract or purchase(s)
— Lot 1A — Small commissions — General construction;
— Lot 1B — Small commissions — Mechanical & Electrical;
— Lot 2 — Internal and external works — e.g. windows, roofs, decorations;
— Lot 3 — Lift replacement and major upgrades;
— Lot 4 — Electrical systems replacement and major upgrades;
— Lot 5 — Mechanical systems replacement and major upgrades;
— Lot 6 — New build accommodation.
Lots are described in summary in the lot descriptions. Full details are in the PQQ brief.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45100000, 45200000, 45300000, 45310000, 45313000, 45313100, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1A — Small commissions — General construction; Lot 1B — Small commissions — Mechanical & Electrical
1)Short description
For use on packages of work with a value below GBP 500 000. Includes compliance checks and reports including gas safety, asbestos and electrical, internal and external works.
Lot 1B: Small Commissions — Mechanical & Electrical. For use on packages of work with a value below GBP 500 000. Includes electrical supply, stair lifts, communal lighting, CCTV systems, door entry systems, individual boilers, small communal heating systems, water supply.
Full details in the PQQ brief.
2)Common procurement vocabulary (CPV)
45000000, 45100000, 45200000, 45300000, 45310000, 45313000, 45313100, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
3)Quantity or scope
Lot 1B — estimated value 5 000 000 GBP.
Estimated value excluding VAT: 17 000 000 GBP
5)Additional information about lots
Lot No: 2Lot title: Lot 2 — Internal and external works — e.g. windows, roofs, decorations
1)Short description
Full details in the PQQ brief.
2)Common procurement vocabulary (CPV)
45000000, 45100000, 45200000, 45300000, 45310000, 45313000, 45313100, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
3)Quantity or scope
Lot No: 3Lot title: Lot 3 — Lift replacement and major upgrades
1)Short description
Lifts: installation, replacement, refurbishment and upgrading of lifts; design and preparatory work, such as the removal of existing redundant infrastructure. Full details in the PQQ brief.
2)Common procurement vocabulary (CPV)
45313100, 45000000, 45100000, 45200000, 45300000, 45310000, 45313000, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
3)Quantity or scope
Lot No: 4Lot title: Lot 4 — Electrical systems replacement and major upgrades
1)Short description
2)Common procurement vocabulary (CPV)
45310000, 45000000, 45100000, 45200000, 45300000, 45313000, 45313100, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
3)Quantity or scope
Lot No: 5Lot title: Lot 5 – Mechanical systems replacement and major upgrades
1)Short description
2)Common procurement vocabulary (CPV)
45300000, 45000000, 45100000, 45200000, 45310000, 45313000, 45313100, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
3)Quantity or scope
Lot No: 6Lot title: Lot 6 — New build accommodation
1)Short description
2)Common procurement vocabulary (CPV)
45000000, 45100000, 45200000, 45300000, 45310000, 45313000, 45313100, 45320000, 45330000, 45331000, 45340000, 45350000, 45400000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The Contracting Authority reserves the right to require applicants to meet certain economic, social and environmental conditions which will be set out in the Invitation to Tender (ITT).
The base conditions of contract will be those set out in the NEC3 Framework Agreement 2013.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and Regulations 23-26 of the Public Contracts Regulations 2006(as amended).
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with Cabinet Office ‘Supplier financial appraisal guidance’ document issued in 2001 and updated in April 2008.
To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp
Minimum level(s) of standards possibly required: Please refer to the PQQ.
Minimum level(s) of standards possibly required: Please refer to the PQQ.
The Contracting Authority will assess applicants‘ financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with OGC ‘Supplier financial appraisal guidance’ document issued in 2001 and updated in April 2008.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and Regulations 23-26 of the Public Contracts Regulations 2006 (as amended). To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp
Minimum level(s) of standards possibly required:
Please refer to the PQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: For each Lot those applicants meeting the financial and other basic criteria relating to sections A to I (but excluding section H) of the PQQ will have their responses to section H scored in accordance with the criteria set out in that section.
The highest scoring 10 applicants for Lots 2-6 and the highest scoring 11 applicants for Lots 1A and 1B will be invited to tender for the Lot provided that they have also scored at least 60 % for their response to section H of the PQQ.
It is envisaged that five contractors will be appointed per Lot for Lots 2-6 and eight contractors appointed per Lot for Lots 1A and 1B. The number appointed will depend on how many contractors have met the quality threshold set out in the invitation to tender.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
VI.4.2)Lodging of appeals
Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended). The contracting authority will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: