General Building Works Contract for Croydon Council
General Building Works for its housing stock, schools and social care properties including (but not necessarily limited to) general building works such as replacement kitchens, bathrooms, extensions, adaptations, external works (roofs, windows, structural repairs, solid wall insulation, environmental works), and associated electrical and mechanical works.
United Kingdom-Croydon: Construction work
2014/S 194-341825
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Croydon Commissioning and Procurement
Team Corporate Resources and Customer Services Department, 12th Floor, Bernard Weatherill House, Mint Walk
For the attention of: Mrs Amanda Lilley
CR0 1EA Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: procurement@croydon.gov.uk
Internet address(es):
General address of the contracting authority: www.croydon.gov.uk
Address of the buyer profile: www.londontenders.org
I.2)Type of the contracting authority
I.3)Main activity
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
Main site or location of works, place of delivery or of performance: The works will be provided within the boundaries and proximity of the London Borough of Croydon.
NUTS code UKJ23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The proposal is to seek tenders based upon a price per archetypal model for each of the relevant works supported by a schedule of rates for planned maintenance works or any works and any other services which are not incorporated.
The annual estimated value of works and services that is envisaged to be delivered under the Contract will be GBP 12 000 000 — GBP 15 000 000. The works under this proposed contract are expected to be provided to approximately 16 000 (or more) relevant properties in the 1st year of the contract but this number is likely to vary over the lifetime of the contract.
The scope of works and services in this procurement also covers assets and properties related to this area of service including (but not limited to): estates-based assets such as garages, playgrounds, community facilities and estates infrastructure such as signage and lighting thereof; supported and sheltered accommodation; internal and external communal areas, other properties which the Council uses now or in the future for the purposes of housing people; similar properties where the Council has a responsibility to maintain or repair properties (although it may not be the owner of such properties) and other tenanted properties which relate to the Council’s delivery of its social housing agenda. The scope will also include general building works to any Council school building and social care properties as and when required.
The length of the contract is initially for five (5) years and the Council will have the option to extend this for up to a further 3 + 3 + 3 years, resulting in a possible maximum contract period of fourteen (14) years. The earliest the contract is expected to begin is October 2015.
The Council proposes to enter into a form of contract with the successful contractor based on the standard contract for term partnering (TPC2005 amended 2008 with bespoke amendments).
The Council proposes to use the competitive dialogue procedure for the purposes of procuring the contract and the tenders will be evaluated on the basis of achieving the most economically advantageous tender in the opinion of the Council. The Council proposes to use the process of dialogue to explore key service delivery and commercial options such as approaches to customer management, the pricing model and any other areas that are material to the identification of a solution which is most capable of meeting the Council’s requirements.
It is also intended that the Contract should be part of the Council’s wider focus on ensuring that its economic activity is a catalyst for regeneration within the London Borough of Croydon. The successful contractor will therefore be required to actively participate in achieving these objectives and contract performance conditions may be imposed which relate to social value considerations, including supporting employment, creating apprenticeships, supporting priority groups, supporting business growth, supporting education to employment, supporting the community and governance. The technical capability of candidates to meet these requirements will also be assessed at the pre- qualification stage. Further details will be provided in the pre-qualification documents and dialogue-stage documents.
Through this procurement, the Council will require the successful contractor to fulfil social value aims and objectives, so as to ensure Croydon as a place benefits from the expenditure related to the contract and changes people’s lives for the better.
The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) (as amended, re-enacted or consolidated) may apply to this contract. The purpose of TUPE is to preserve continuity of employment and to safeguard employment rights of all employees whose employment transfers to a new employer as a result of a relevant transfer.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45100000, 45200000, 45210000, 45211000, 45214200, 45215200, 45260000, 45262650, 45300000, 45310000, 45320000, 45330000,45340000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 45453100, 50000000, 50531100, 50531200, 50700000,50710000, 50711000, 50712000, 50720000, 50721000, 50800000
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:
Range: between 60 000 000 and 210 000 000 GBP
II.2.2)Information about options
Description of these options: The contract is expected to run initially for a contract period of five (5) years with the option for the Council to extend by up to three successive periods of 3 years each (3 + 3 + 3 years) up to a maximum period of fourteen (14) years.
II.2.3)Information about renewals
Number of possible renewals: 3
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:
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 successful contractor and its supply chain will be required to participate in the achievement of social and/or environmental policy objectives relating to (but not exclusive to) recruitment, volunteering, apprenticeships, employment and training, priority groups, community benefits and supply chain initiatives for SMEs. Accordingly, the contract performance conditions may relate in particular to social value considerations, to be detailed in the contract documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluation to determine the Council’s minimum levels of standards required met:
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the Directive 2004/18/EC. This questionnaire is available electronically from the London Tender Portal at www.londontenders.org
And must be returned in electronic format to the London Tender Portal at www.londontenders.org by the date stipulated in IV.3.4.
Minimum levels of standards required are set out in the Enhanced PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluation to determine the Council’s minimum levels of standards required are met:
Candidates will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the Directive 2004/18/EC. This questionnaire is available electronically from the London Tender Portal at www.londontenders.org and must be returned in electronic format to the London Tender Portal at www.londontenders.org by the date stipulated in IV.3.4.Minimum levels of standards required are set out in 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
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.3.1)File reference number attributed by the contracting authority:
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Information about TUPE
Tenderers should note that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended, re-enacted or consolidated) may apply to this contract.
Expression of interest and submission particulars
If you wish to register an interest in this contract, please follow the steps below:
— Register your company free of charge via the link below: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
— Await acceptance. You will receive an email confirming your user-name and password for the London Tenders Portal.
— Use your user-name and password to log into the London Tenders Portal and register your interest in the relevant contract: ([403/2014/DASHH]).
— Shortly after you have registered your interest, you will receive a second email containing a link to access the pre-qualification questionnaire documentation.
— All questions and queries regarding the procurement must be posed via the London Tenders Portal.
You must submit your completed questionnaire via the Authority’s e-tendering portal at www.londontenders.org no later than the date detailed in IV.3.4. Completed questionnaires may be submitted at any time before the closing date.
Please note that completed questionnaires received after the closing date may be rejected. Potential providers must keep their contact details on the portal up to date or they will be unable to receive communications from the Council.
Information about tender briefing event
The Council will be hosting a Bidder Briefing Event in central Croydon on Friday 17.10.2014 from 09:30 to 12:00. Attendance will be limited to three (3) delegates per candidate. To register an interest in attending this event and for further details please contact: www.londontenders.org.
VI.4.1)Body responsible for appeal procedures
London Borough of Croydon
Commissioning and Procurement Team, Corporate Resources and Customer Services Department, 12th Floor, Bernard Weatherill House, Mint Walk
CR0 1EA Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2084071318
Internet address: www.croydon.gov.uk
Body responsible for mediation procedures
London Borough of Croydon
Commissioning and Procurement Team, Corporate Resources and Customer Services Department, 12th Floor, Bernard Weatherill House, Mint Walk
CR0 1EA Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2084071318
Internet address: www.croydon.gov.uk
VI.4.2)Lodging of appeals
Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (as amended) provide for aggrieved economic operators who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the authority to pay a civil financial penalty, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
HM Courts & Tribunal Service
High Court, Royal Courts of Justice, the Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.hmcourts-service.gov.uk/infoabout/rcj/rcj.htm
VI.5)Date of dispatch of this notice: