General Contractors Framework
Bidders are not required to provide resource covering all trades needed under this framework, however bidders who can deliver more trades will score higher on some questions located in the award criteria section of the tender.
United Kingdom-Runcorn: Repair and maintenance services of building installations
2014/S 199-351911
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Halton Housing Trust
Daresbury Point, Green Wood Drive, Manor Park
For the attention of: Phillip Williams
WA7 1UG Runcorn
UNITED KINGDOM
E-mail: tenders@cirruspurchasing.co.uk
Internet address(es):
General address of the contracting authority: http://www.haltonhousing.org/
Address of the buyer profile: https://cirrus-tenders.co.uk/Home.aspx?Link=[df6291be-e750-48cd-b80b-46d25a1bf1ea]&ClientStyle=1
Electronic access to information: https://cirrus-tenders.co.uk/Home.aspx?Link=[df6291be-e750-48cd-b80b-46d25a1bf1ea]&ClientStyle=1
Electronic submission of tenders and requests to participate: https://cirrus-tenders.co.uk/Home.aspx?Link=[df6291be-e750-48cd-b80b-46d25a1bf1ea]&ClientStyle=1
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
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
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Halton and surrounding areas.
NUTS code UKD21,UKD22
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: 5
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:
Range: between 800 000 and 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
*This tender is available only for completion online via www.cirrustenders.co.uk
Organisation background.
Halton Housing Trust (HHT) was formally created on 5.12.2005. The Trust is a company limited by guarantee and registered with Companies House. We are a not for profit housing association, who own and manage 6 100 homes in the Cheshire towns of Widnes and Runcorn.
HHT’s vision is to ‘deliver high quality and excellent services for all’. It’s mission is to ‘provide high quality housing services with a social conscience’. It’s values are based around both customers and employees.
We provide affordable homes for people who may not have the means to buy or rent a home privately, help people who are homeless and provide support to older or disabled people to help them live independently in their own homes.
Tender information:
This tender is being undertaken as an open procedure, as detailed in Regulation 15 of the UK statutory instrument Public Contracts Regulations 2006/5.
HHT are seeking bids from general contractors to participate in a framework to provide The Trust with additional resource in all trades to be used on an ad-hoc basis for repairs and maintenance of housing. The framework will consist of a single lot.
Bidders are not required to provide resource covering all trades needed under this framework, however bidders who can deliver more trades will score higher on some questions located in the award criteria section of the tender. Successful contractors will not be permitted to subcontract work to third parties without the prior approval of HHT.
The proposed framework will consist of approximately 5 contractors, and last for a maximum of 4 years. It is anticipated that the framework will commence from January 2015. The estimated value of work over the framework period will be in the region of 800 000 GBP excluding VAT, however no guarantee can be given as to the actual amount of work that will be required and no variation to any tendered rates or percentage schedule adjustments will be made should the value be greater or lesser than the estimated value. HHT reserve the right to award call-off contracts of varying length, subject to the work required and the needs of the Trust.
Call-off contracts will be awarded by HHT in accordance with the rules as defined by Regulation 19 of the Public Contracts Regulations UKSI 2006/5. The duration and size of any call-off contract is likely to vary at the discretion of HHT dependent on the needs of the business. Contracts can be placed on a direct award basis or through the use of mini-competitions.
Call-off contracts will typically be placed for small value and infrequent repairs and works related activities. The framework is primarily envisaged as additional resource to support the Construction Services team during peak times. However, all parts of the Trust may access the framework as necessary.
Any mini-competitions will typically be evaluated with the same award criteria as used at the award of the Agreement. However, the relative weightings of these criteria, together with any specific sub-criteria used by HHT, can be refined to meet the specific needs of each requirement. Award criteria and weightings applicable shall be advised as part of any mini-competition process.
Unless otherwise stated by HHT, call-off contracts awarded from this framework will be awarded using the NHF conditions of contract associated with the 6.1 schedules as the preferred form of contract. By submitting a tender to participate on this framework your company is indicating acceptance of this as the preferred form of contract. No variation or proposed amendment to the form of Contract is permitted.
II.1.6)Common procurement vocabulary (CPV)
50700000
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:
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e), where the offence relates to active corruption;
(c) the offence of bribery, where the offence relates to active corruption;
(c.a) bribery within the meaning of section 1 or 6 of the Bribery Act 2010(f);
(d) fraud, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(g), within the meaning of:
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(h), the Theft Act (Northern Ireland) 1969(i), the Theft Act 1978(j) or the Theft (Northern Ireland) Order 1978(k);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(a), article 451 of the Companies (Northern Ireland) Order 1986(b) or section 993 of the Companies Act 2006(c);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(d) or section 72 of the Value Added Tax Act 1994(e);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(f);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(g) or section 19 of the Theft Act (Northern Ireland) 1969(h);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(i); or (ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
(e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002(j);
(ea) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(k) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(l);
(e.b) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(m); or:
(f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per tender documentation.
III.2.3)Technical capacity
As per tender documentation.
Minimum level(s) of standards possibly required:
As per tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
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
Payable documents: no
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: 48 months from framework commencement.
VI.2)Information about European Union funds
VI.3)Additional information
*This tender is available for completion online only at www.cirustenders.co.uk
VI.4.2)Lodging of appeals
If an appeal regarding the award of the contract has not successfully been resolved between the tenderer and Halton Housing Trust then the Public Contracts Regulations 2006 (SI 2006 No 5) provide 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).
VI.5)Date of dispatch of this notice: