Home Improvement Agency Contractors’ Framework
Bedford Borough Council is looking for a number of suitably-experienced contractors with whom it can work over the next 2 to 4 years to deliver home adaptation works to clients under the Disabled Facilities Grant programme.
United Kingdom-Bedford: Building installation work
2020/S 144-355925
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Borough Hall, Cauldwell Street
Town: Bedford
NUTS code: UKH24 Bedford
Postal code: MK42 9AP
Country: United Kingdom
Contact person: Tim Frondigoun
E-mail: tfrondigoun@arkconsultancy.co.uk
Telephone: +44 1215153831
Fax: +44 1215153923
Address of the buyer profile: https://www.bedford.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Home Improvement Agency (HIA) Contractors’ Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Bedford Borough Council is looking for a number of suitably-experienced contractors with whom it can work over the next 2 to 4 years to deliver home adaptation works to clients under the Disabled Facilities Grant (DFG) programme to a high standard of workmanship and customer care and offering value for money and to work proactively with the Council’s Home Improvement Agency (HIA) to develop and enhance the service to clients. These works include works to improve access (ramps, rails, door-widening), level access showers and wetrooms, purpose-built extensions and conversions to create accessible living space and/or wet rooms, installation and replacement of heating, electrical safety checks and remedial works, asbestos surveys and miscellaneous minor works. The framework is organised into six lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Minor Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Borough of Bedford.
II.2.4)Description of the procurement:
Works under GBP 5 000 including plumbing works, works to kitchens, doors, windows, flooring, ceiling and wall finishes.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two further annual extensions of 1 year each up to a maximum total duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
For lot 1, there are the following individual categories:
(a) plumbing,
(b) kitchens,
(c) doors and windows,
(d) walls, floors and ceilings.
Bidders do not have to be able to undertake every category and must indicate which categories they wish to be considered for. The Council is seeking a minimum of three contractors for each category.
II.2.1)Title:
Level Access Showers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Borough of Bedford.
II.2.4)Description of the procurement:
All plumbing, electrical, carpentry, tiling, flooring and general building work required to install a level access shower and accessible bathing and WC facilities.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two further annual extensions of 1 year each up to a maximum total duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Bidders are required to be able to undertake all trades associated with the work issued through this lot.
II.2.1)Title:
Access Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Borough of Bedford.
II.2.4)Description of the procurement:
Works to improve access into around client’s homes including works to doors/openings, ramps, step alterations, thresholds and hardstanding.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two further annual extensions of 1 year each up to a maximum total duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Bidders are required to be able to undertake all trades associated with the work issued through this lot.
II.2.1)Title:
Major Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Borough of Bedford.
II.2.4)Description of the procurement:
Extensions and garage conversions for bedrooms and wet rooms, installing adapted kitchens, damp treatment works, replacement of doors and windows.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two further annual extensions of 1 year each up to a maximum total duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Bidders are required to be able to undertake all trades associated with the work issued through this lot.
II.2.1)Title:
Compliance Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Borough of Bedford.
II.2.4)Description of the procurement:
Electrical works including safety test and report, rewiring, installation of smoke alarms, electronic door openings, installing or moving sockets
Asbestos survey, testing, treatment and removal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two further annual extensions of 1 year each up to a maximum total duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
For lot 5 there are two categories:
(a) electrical testing and works,
(b) asbestos testing and works.
Bidders do not have to be able to undertake both categories and should indicate which category or categories they wish to be considered for.
II.2.1)Title:
Heating Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the Borough of Bedford.
II.2.4)Description of the procurement:
Replacement and installation of boilers, radiators and full central heating systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two further annual extensions of 1 year each up to a maximum total duration of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Bidders are required to be able to undertake all trades associated with the work issued through this lot.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Bidders must demonstrate that they have the necessary skills and trades to undertake the works listed under each lot. NICEIC registration will be required for all electrical works and gas safe for all gas works.
III.1.2)Economic and financial standing
Bidders will be required to provide their last 2 years’ accounts and will also be subject to a third party credit check by Equifax.
Bidders should be able to demonstrate that they have made a profit in each of the last 2 years and a minimum Equifax ScoreCheck Grade of C minus. If a loss is reported for one or more years or the ScoreCheck Grade is lower than C minus, then the bidder must provide appropriate justification and explanation of its ability to trade and fulfil the contract, the Council will have discretion as to whether to accept such justification and explanation and will fail any bidder where it is not satisfied.
III.1.3)Technical and professional ability
— relevant experience and contract examples,
— skills and accreditations,
— health and safety.
Bidders must provide up to three relevant examples of equivalent works for each lot applied for bidders must demonstrate that they have the necessary skills and trades to undertake the works listed under each lot. NICEIC registration will be required for all electrical works and gas safe for all gas works.
It is a condition that bidders agree to register with CHAS (Premium membership) before they can be accepted on to the framework.
The Council will exclude bidders that have been in receipt of enforcement or remedial action orders in relation to the health and safety executive unless the bidder can demonstrate to the Council’s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.
III.2.2)Contract performance conditions:
The specification, standards and key performance Indicators are set out within the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Bidders must use the web link provided in this notice to access the tender documentation.
Bidders must complete the selection questionnaire, forms of tender, pricing schedule and method statements, using the information provided in this notice and the tender documentation as guidance.
The contracting authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process or to award only a part or parts of any contract reserving the right to cancel or awarding part or parts of this contract.
The contracting authority shall not be liable for any cost or expense incurred by operators in connection with the completion and return of information requested in this contract notice.
VI.4.1)Review body
Postal address: The Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
Telephone: +44 2079476000Internet address: www.justice.gov.uk/courts
VI.4.2)Body responsible for mediation procedures
Postal address: The Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
Telephone: +44 2079476000Internet address: www.justice.gov.uk/courts
VI.5)Date of dispatch of this notice: