Harrow Housing Responsive Repairs and Maintenance Contract
The scope of work within this contract is housing day to day responsive repairs, void repairs and planned maintenance.
United Kingdom-Harrow: Repair and maintenance services of building installations
2015/S 118-212708
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Harrow Council
PO Box 37, Civic Centre, Station Road
Contact point(s): Procurement
For the attention of: Breda Hillman
HA1 2UY Harrow
UNITED KINGDOM
Telephone: +44 2084247552
E-mail: breda.hillman@harrow.gov.uk
Internet address(es):
General address of the contracting authority: www.harrowcouncil.co.uk
Address of the buyer profile: www.harrowcouncil.co.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: Harrow Council
Civic Centre, Station Road
Contact point(s): Procurement
For the attention of: Breda Hillman
HA1 2UY Harrow
UNITED KINGDOM
Telephone: +44 2084247552
E-mail: breda.hillman@harrow.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Harrow Council
UNITED KINGDOM
Internet address: www.londontenders.org
Tenders or requests to participate must be sent to: Harrow Council
UNITED KINGDOM
Internet address: 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
Execution
Main site or location of works, place of delivery or of performance: London Borough of Harrow.
NUTS code UK
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)
The scope of work within this contract is housing day to day responsive repairs, void repairs and planned maintenance and will include the following:
— Reactive maintenance including emergency, urgent and non-urgent or routine repairs to homes; communal areas; garages; paths and estate roads; fencing and other external elements on housing estates, including repairs to 18 sheltered schemes and 9 community centres a number of which are all or partially leased for community facilities such as toddler nurseries, across the borough.
— Repairs and maintenance of door entry systems and aerials
— Repairs and maintenance to CCTV systems within 18 sheltered housing schemes.
— Water hygiene; monitoring and inspection of water tanks in blocks to ensure they are maintained to the right standard.
— Asbestos removal in occupied and unoccupied properties via a licensed and authorised specialist contractor.
— Redecoration to communal areas and associated repairs on a planned basis.
— H&S Inspections of high priority areas such as communal areas in housing blocks.
Further details of the scope of works is included in the specification document.
The Council is following the competitive procedure with negotiation for this procuerment. In particular the Council may wish to negotiation with tenders re issues around customer care, resident liaison and IT solutions.
The contracting authority reserves the right to award the contract on the basis for the initial tenders without conducting negotations.
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=155869
II.1.6)Common procurement vocabulary (CPV)
50700000, 50710000, 31000000, 31200000, 31300000, 31500000, 31600000, 32320000, 32324400, 32352000, 39700000, 39710000, 44100000,44200000, 44500000, 44600000, 44800000, 45000000, 45100000, 45200000, 45300000, 45400000, 45450000, 45500000, 50000000, 50500000,50510000, 50610000, 50800000, 77314000, 90650000, 92222000
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:
Responsive Repair & Maintenance of the housing stock managed by the London Borough of Harrow situated in North West London. The Contract is divided into 3 Lots based on geographic areas of the Borough.
Lot 1 — Housing East Harrow
Lot 2 — Housing West Harrow
Lot 3 — Housing Central Harrow
The Council proposes to enter into 2 or more Contracts for 3 different Lots for a period of 5 years, with an option to extend for a further period or periods up to a further 5 years. That is the contract initial term will be for 5 years with the option to extend on more than one occasion for any combination of years up to 5.
Estimated value excluding VAT:
Range: between 50 000 000 and 55 000 000 GBP
II.2.2)Information about options
Description of these options: The contract initial term will be for 5 years with the option to extend on more than one occasion for any combination of years up to 5.
Provisional timetable for recourse to these options:
in months: 120 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Housing East Harrow
1)Short description
2)Common procurement vocabulary (CPV)
31000000, 31200000, 31500000, 31600000, 32320000, 32324400, 32352000, 39700000, 39710000, 44100000, 44200000, 44300000, 44400000,44500000, 44600000, 44800000, 45000000, 45100000, 45200000, 45300000, 45400000, 45450000, 45500000, 50000000, 50500000, 50510000,50610000, 50700000, 50710000, 50800000, 77314000, 90650000, 92222000
3)Quantity or scope
Estimated annual value per lot = 1 700 000 GBP.
Estimated value excluding VAT: 17 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Housing West Harrow
1)Short description
2)Common procurement vocabulary (CPV)
31000000, 31200000, 31300000, 31500000, 31600000, 32320000, 32324400, 32352000, 39700000, 39710000, 44100000, 44200000, 44300000,44400000, 44500000, 44600000, 44800000, 45000000, 45100000, 45200000, 45300000, 45400000, 45450000, 45500000, 50000000, 50500000,50610000, 50700000, 50710000, 50800000, 77314000, 90650000, 92222000
3)Quantity or scope
Estimated annual value per lot = 1 700 000 GBP
Estimated value excluding VAT: 1 700 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Housing Central Harrow
1)Short description
2)Common procurement vocabulary (CPV)
31000000, 31200000, 31300000, 31500000, 31600000, 32320000, 32324400, 32352000, 39700000, 39710000, 44100000, 44200000, 44300000,44400000, 44500000, 44600000, 44800000, 45000000, 45100000, 45200000, 45300000, 45400000, 45450000, 45500000, 50000000, 50500000,50510000, 50610000, 50700000, 50710000, 50800000, 77314000, 90650000, 92222000
3)Quantity or scope
Estimated annual value per lot = 1 700 000 GBP
Estimated value excluding VAT: 1 700 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(3) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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: Up to a maximum of 12 contractors will be brought forward to ITT.
For contract award — to encourage competition and to allow for flexibility between contractors, one contractor can be successful for a max of 2 lots.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)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
Estimated timing for further notices to be published: The contract is for 5 years. If extended for a further 5 years then the estimated timing for further notices is 10 years time.
VI.3)Additional information
PQQ shortlisting as outlined in tender instruction document.
(MT Ref:155869).
VI.4.1)Body responsible for appeal procedures
Harrow Council
Civic Centre, Station Road
HA1 2UY Harrow
UNITED KINGDOM
E-mail: breda.hillman@harrow.gov.uk
Telephone: +44 2084247552
Body responsible for mediation procedures
Harrow Council
Civic Centre, Station Road
HA1 2UY Harrow
UNITED KINGDOM
E-mail: breda.hillman@harrow.gov.uk
Telephone: +44 2084247552
VI.5)Date of dispatch of this notice: