Housing Refurbishment Partnership Contract 2015 – 2020
This will involve replacement of single or multiple building elements simultaneously, which may include works to groups of properties in close proximity (same streets or estates), as well as to single disparate properties across the district. The contract will also include scope for a small degree of reactive replacement works in addition to planned programmes of work.
United Kingdom-Nottingham: Refurbishment work
2014/S 204-360750
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ashfield District Council
Urban Road, Kirkby in Ashfield
Contact point(s): Efficiency East Midlands Ltd
For the attention of: Rebecca Dermody
NG17 8DA Nottingham
UNITED KINGDOM
Telephone: +44 1623729946
E-mail: eem@efficiency-em.co.uk
Internet address(es):
General address of the contracting authority: www.ashfield-dc.gov.uk
Electronic submission of tenders and requests to participate: www.delta-esourcing.com
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
Design and execution
NUTS code UKF15
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)
II.1.6)Common procurement vocabulary (CPV)
45453100, 45262660, 45223200, 45262700, 45421151, 45211310, 71321000, 45232141, 09323000, 45331000, 45331100, 45333000, 42160000,45330000, 50721000, 45311000, 45331210, 09332000, 45261210, 45261215, 45261300, 45261410, 45410000, 45420000, 45431200, 45432130,45442180, 45320000, 45421100, 45443000, 45340000, 45262640
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 25 000 000 and 38 000 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for an initial period from award of contract until March 2017, with an option to extend for a further 36 months (maximum), extended at 12 monthly intervals at the Authority’s sole discretion.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
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: Service Providers will be required to demonstrate that all employees are appropriately trained, qualified and, where required, registered with the appropriate accreditation body. Under the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice, the successful economic operator appointed and its supply chain will be required to actively participate in the achievement of social objectives relating to participation in skills, development, employment and training programmes in the localities within which the works and services are to be delivered (including programmes of targeted recruitment and training) in accordance with the employment and skills strategy documentation contained in the Invitation to Tender which will be issued, and to provide other value added contributions in order to support community programmes promoted by the Contracting Authority. Accordingly, contract performance conditions will be included in the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice and may relate in particular to secondary considerations in accordance with Regulation 339 of the Public Contract Regulations 2006.
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
III.2.3)Technical capacity
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The questionnaire and a preliminary information pack are available from the correspondence address in Section I.1 above and the questionnaire must be returned to the address in Section I.1 by the date stipulated in Section IV.3.4.
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: The scoring mechanism included within the Pre Qualification Questionnaire will determine those to be invited to tender.
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
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
— Kitchen replacement/alteration works — Bathroom replacement/alteration works — Central heating Boilers and/or central heating System replacement (including renewable technology) — Electrical Installation repair and replacement (including electrical equipment, fittings and ancillaries);
— Window replacement;
— External door replacement;
— Roof covering replacement (including soffit, fascia, gutter and downpipe replacement, and associated works) External render installation/replacement — External/Internal wall insulation installation/replacement — Re-pointing to external walls — Asbestos testing and removal works — Loft Insulation — Environmental works (including boundary walls, paving, fencing and associated groundworks).The scope of the contract may also include the repair, replacement and provision of other building works (including relevant design and ancillary works) as deemed necessary, including but not limited to:
— Communal areas/facilities repair and refurbishment (including communal doors, flooring, staircases, balcony walkways, redecoration, curtain walling and door entry/CCTV systems) — Communal Central Heating Boilers and/or Communal Central heating System replacement (including renewable technology) — Communal Electrical Installation Replacement including electrical equipment, fittings and ancillaries — Structural repairs/stability works to properties of traditional and non-traditional construction — Carbon Saving related works including SPV and other renewable technologies — Building/Property alterations and conversions — Other building related repair/improvement works. There is no guarantee as to the quantity of any of the works mentioned above, and the Contracting Authority reserves the right to omit building elements or amend the planned quantities at its discretion. The Authority’s agent, Ashfield Homes Limited (AHL), is a member of Efficiency East Midlands Limited (EEM) Procurement consortium, and it is anticipated that AHL will utilise its involvement with EEM (or future involvement with any other consortia) to purchase materials, and/or works and services where considered advantageous, which will be allowed for in the Partnering Documents, but which may also require the Partnering documents (and partnering approach) to be amended to reflect, and engage with, the procurement practices associated with such consortia. Organisations expressing interest and receiving PQQ documents should be aware that TUPE legislation may apply to the arrangements which are being advertised by this Contract Notice. The Contracting Authority expresses no view or opinion about whether TUPE legislation will or will not apply and all organisations expressing interest in response to publication of this Contract Notice and selected to be invited to tender must take their own legal and other relevant advice at all stages. The Contracting Authority and it s agent, AHL, promote the concept and the ethos of the ‘Living Wage’ (or its member state equivalent where relevant), whereby all workers should, as a minimum, be paid at a level which enables them to achieve an acceptable standard of living. Whilst this is not a prerequisite or mandatory requirement for organisations that work on the behalf of the Contracting Authority or its agent, the Contracting Authority would anticipate that tendering organisations would share its commitment to this principle, and organisations expressing interest should expect the tender documents to reflect the Contracting Authority’s aspirations in this regard. The contract may include conditions relating to environmental and social requirements of the Contracting Authority. Contract conditions will be detailed in the Invitation to Tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Refurbishment-work./NZ78K9KX35
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NZ78K9KX35
GO Reference: GO-20141020-PRO-6101731.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Cabinet Office
Correspondance Team, Cabinet Office, Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice: