Housing Repairs Tender London
Housing Responsive Repairs and Maintenance Contracts – East and West.
UK-London: Building construction work
2013/S 084-141723
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Ealing Council
Perceval House, 14-16 Uxbridge Road, Ealing
Contact point(s): Housing Repairs and Maintenance
For the attention of: Phillip Brown
W5 2HL London
UNITED KINGDOM
Telephone: +44 2088256218
E-mail: brownph@ealing.gov.uk
Internet address(es):
General address of the contracting authority: http://www.ealing.gov.uk
Address of the buyer profile: http://www.ealing.gov.uk/info/200095/tenders_and_contracts
Further information can be obtained from: Ealing Council
Perceval House, 14-16 Uxbridge Road
Contact point(s): Housing Repairs and Maintenance
For the attention of: Phillip Brown
W5 2HL Ealing, London,
UNITED KINGDOM
Telephone: +44 2088256218
E-mail: brownph@ealing.gov.uk
Internet address: http://www.ealing.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ealing Council
Perceval House, 14-16 Uxbridge Road
Contact point(s): Housing Repairs and Maintenance
For the attention of: Phillip Brown
W5 2HL Ealing, London,
UNITED KINGDOM
Telephone: +44 2088256218
E-mail: brownph@ealing.gov.uk
Internet address: http://www.ealing.gov.uk
Tenders or requests to participate must be sent to: Ealing Council
Perceval House, 14-16 Uxbridge Road
For the attention of: Strategic Procurement
W5 2HL Ealing, London,
UNITED KINGDOM
Telephone: +44 2088255000
Internet address: http://www.ealing.gov.uk
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Within the London Borough of Ealing (East & West).
NUTS code UKI23
There will be some planned maintenance works and out of hours emergency work. Note: Out of hours emergency work means repairs that are necessary to remove immediate danger to people to avoid flooding, major damage to property, or to make the property secure.
The borough will be divided into 2 areas (East and West) and a different contractor will be appointed for each area.
Work in East will commence approximately on 1 September 2013 and work in West will commence no later than 1 March 2014, but may start earlier.
It is intended that contracts for both East and West will end at around August / September 2015 but we are also inviting variant bids for a longer duration (please see additional information section).
45210000, 45211000, 45261900, 45262100, 45262500, 45262700, 45311000, 45330000, 45332300, 45410000, 45420000, 45430000, 45440000, 45450000, 45453100, 50700000
Note, some of the stock is within areas identified for regeneration and development. This is likely to lead to some loss of assets during the course of the contract.
The borough will be divided into 2 areas (East and West) and a different contractor will be appointed for each area. However, in certain circumstances, as specified in the contract documents (including an early termination of the contract for the other area), the contractor for one area may be required to assume responsibility on a temporary or permanent basis (so potentially for the remainder of the originally intended term of the contract for that other area) for carrying out some / all of the work under that other area.
Estimated value excluding VAT: 6 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The form of contract for the works will be the JCT Measured Term Contract incorporating the Council’s project specific amendments.
(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.
Further detail on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit and which can be obtained from the contact point described at section I.1 above.
(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.
Further detail on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit and which can be obtained from the contact point described at section I.1 above.
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(3) 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.
In order to assess whether a candidate meets the minimum standards of technical and/or professional ability we consider necessary to ensure that all elements of the contract are fully delivered, candidates will be asked to nominate a number of referees who are local authorities, public bodies or companies and with whom the bidder been engaged in a similar contract. References will be taken up as part of the selection process. We reserve the right to consult further with candidates’ stated referees as part of the process of awarding the contract.
Applicants will be required to be members of professional trade bodies, and to demonstrate that staff, tradesmen and subcontractors are qualified and competent, and receive regular and appropriate training and development.
Further detail on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit and which can be obtained from the contact point described at section I.1 above.
Section IV: Procedure
Justification for the choice of accelerated procedure: Unexpected early termination of existing contracts, resulting in a necessity to replace the existing incumbent contractor for the East area by the end of August 2013.
Objective criteria for choosing the limited number of candidates: Candidates must pass the ‘Pass/Fail’ aspects of the PQQ and we envisage that between 5 and 10 of the highest scoring candidates will then be invited to participate at the tender stage of this procurement process based on their % score ranking from the ‘Scored Questions’ of the PQQ.
Section VI: Complementary information
Please note: Specialist contracts are being procured separately in respect of CPVs 45261900, 4562100, 45332300 & 45410000, however, from time to time the suppliers for this contract may be instructed to carry out works under these headings.
The Council is seeking a variant bid for this contract based on a longer contract duration of four years (measured from September 2013) with an option for the council to extend for another year. Variant bids for this longer duration will be considered by the Council in accordance with any rules described in the Invitation To Tender. Contractors will be required to price both the standard bid and the variant one.
In addition, an Open Forum to set out the Council’s repairs strategy has been arranged by Ealing Council for all those candidates who have expressed an interest in submitting a PQQ, starting at 10:00 am (arrival from 9:30 to 10 am and duration about 21/2 hours) on Friday 3 May 2013 at The Georgian Eating Room, Pitzhanger Manor and Gallery, Walpole Park, Mattock Lane, Ealing, London, W5 5EQ.
(MT Ref:104262)