Measured Term Contract Belfast
Measured term contract for mandatory works including response maintenance, voids maintenance, servicing, adaptations and discretionary works including planned and cyclical maintenance.
UK-Belfast: construction work
2012/S 137-228610
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Apex Procurement Consortium All Trades Response Repairs (hereinafter referred to as Apex Procurement Consortium)
Maple House, Beechill Business Park, 96 Beechill Road.
Contact point(s): Apex Procurement Consortium. c/o Trinity Housing Ltd., Maple House, Beechill Business Park, 96 Beechill Road.
For the attention of: Frankie Ormonde
BT8 7QN Belfast
UNITED KINGDOM
Telephone: +44 2890690250
E-mail: frankieormonde@trinityha.org
Internet address(es):
General address of the contracting authority: http://www.trinityha.org
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Trinity Housing Ltd.
Maple House, Beechill Business Park, 96 Beechill Road
BT8 7QN Belfast
UNITED KINGDOM
Grove Housing Association
171 York Road
BT15 3HB Belfast
UNITED KINGDOM
Filor Housing Association
282 – 290 Crumlin Road
BT14 7EE Belfast
UNITED KINGDOM
Newington Housing Association
300 Limestone Road
BT15 3AR Belfast
UNITED KINGDOM
Flax Housing Association
Gatelodge 8 Flax Street
BT14 7EQ Belfast
UNITED KINGDOM
St. Matthew’s Housing Association
58 Harper Street
BT5 4EN Belfast
UNITED KINGDOM
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Northern Ireland.
NUTS code UKN0
45000000
The financial value cannot be definitively ascertained nor guaranteed due to the responsive, variable nature of the work.
The anticipated value of the Works, excluding VAT, is estimated to be: 6 000 000 GBP (to be annualised for Constructionline valuations).
The contract value is made up of the following service areas:
— general building repairs 2 700 000 GBP,
— mechanical repairs 2 000 000 GBP,
— electrical repairs 800 000 GBP,
— major repairs, improvements (across building and M+E) and disabled adaptations 500 000 GBP.
It is recognised this could change and therefore the APEX Procurement Consortium are not in a position to guarantee the value of the works that may be awarded.
The main areas of Works to be covered are general building, mechanical and electrical works. Optional discounted banded minor package works to include change of tenancy, minor improvement works, and disabled adaptations up to a value of 30 000 GBP.
The Economic Operator will be required to provide the Works to the Member Housing Associations 24 hours per day 365 days per year (including all weekends and holiday periods). The Works include the following:
— general building response & repairs,
— mechanical response & repairs and,
— electrical response & repairs.
The Works may also include the following:
— change of tenancy; all work associated with tenant termination or new tenancy preparation. A typical change of tenancy would include (but not limited to) all or any of the to the following; pre and post tenancy inspections, deep clean, rubbish disposal, carpet removal, floor preparation, redecoration, change of locks and or doors, statutory checks and tests, minor mechanical+electrical repairs, minor building repairs and landscaping, production of Energy Performance Certificates,
— disabled adaptations; disabled adaptations will typically include but not be limited to the following; shower, turning circle, thermostatic valves/controls, move heaters, ramps, fencing, locks/locca system, automated doors, Portabells/Bellman systems/smoke alarms, driveway extensions, door closers and flagstones, door entry handsets, drop down rails, drop down toilet seats, heavy toilets, key safes, lever taps/ flush handles, lighting, electrical improvements, shower seats, shower doors, letter cages, bath removal, stair rails and toilet frames,
— minor building improvement works or major repairs up to 30 000 GBP; this may include the following: external and internal redecorations, kitchen replacements, window replacement, roof repairs, general minor building fabric improvements and larger repairs,
— cleaning works to communal areas including stairwells; floor, walls, ceilings and windows; removal of rubbish,
— mechanical and electrical annual servicing/maintenance of heating installations gas, oil, solid fuel and electric; including solar panels and unvented hot water cylinders,
— annual servicing/maintenance of door entry installations,
— annual servicing/maintenance of lift installations,
— annual servicing/maintenance of electronic gate installations,
— — grounds maintenance,
— external cyclical maintenance and redecoration to dwellings and associated gardens and outbuildings,
— minor electrical improvement works or major repairs up to 30 000 GBP; this may include but not limited to the following: minor communal lighting upgrades, full and partial domestic rewires, minor commercial rewires, boiler room control upgrades, fire panel replacements and upgrades, general building electrical services improvements and larger repairs,
— minor mechanical improvement works or major repairs up to 30 000 GBP; this may include but not limited to the following: boiler replacements domestic and commercial, major boiler room repairs, domestic and commercial potable water major repairs and improvements, works associated with Cosy Home grants and energy efficiencies.
Estimated value excluding VAT:
Range: between 3 000 000,00 and 30 000 000,00 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Apex Procurement Consortium may require Parent Company guarantees and/or Performance Bonds as appicable to be entred into.
Minimum level(s) of standards possibly required: Comply with the requirements of the appropriate section in the applicable pre-qualification questionnaire (PQQ1A) and memorandum of information. The memorandum of information and applicable pre-qualification questionnaire (PQQ1A) are available on request from the email address listed at point I.1 of this notice.
Economic Operators and/or members of the consortium are required to complete the appropriate section in the applicable pre-qualification questionnaire (PQQ1) (please refer to memorandum of information for further information), as to their technical capacity in accordance with the provisions of EC Directive 2004/18/EC and in accordance with Regulation 25 of the Public Contract Regulations 2006. The applicable memorandum of information and pre-qualification questionnaire are available on request from the email address listed in point I.1 of this notice.
Minimum level(s) of standards possibly required:
In particular and without prejudice, to the generality of the foregoing, the economic operator and/or members of the consortium is required to comply with the requirements of the applicable memorandum of information and pre-qualification questionnaire (PQQ1).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of economic operators (economic and financial standing, technical and professional ability) will be detailed in the applicable memorandum of information and pre-qualification questionnaire, which will be provided to the applicant, following receipt of a written request for the pre-qualification documents in accordance with Section VI.3 (Additional Information). Please note the top 6 economic operators will be selected. Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender. For the purposes of this exercise a tie for 6th place is deemed to occur where two or more Economic Operators have identical scores or a score within 4 marks (out of a score of 100) of the 6th place score.
Payable documents: no
Section VI: Complementary information
All documentation including the memorandum of information and pre-qualification questionnaire can be obtained by sending an email requesting the documentation to frankieormonde@trinityha.org, a primary contact name and e-mail address for the economic operator must be included in this request. The cost of responding to the pre qualification questionnaire and any subsequent invitation to tender and participation in the project will be borne solely by each economic operator participating. Economic Operators should note that Apex Procurement Consortium reserves the right to cancel this procurement process at any stage without reason or cost reimbursement. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process, Apex Procurement Consortium reserves the right to extend any such date.
It should noted that the following three housing associations (as detailed in Annex A of this notice) may not accede to the contract until September 2013, St. Matthew’s, Newington & Flax.
Economic operators are advised that TUPE provisions will apply to this procurement.
The High Court, Royal Courts of Justice
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
Telephone: +44 2890235111
Fax: +44 2890313508
The High Court, Royal Courts of Justice
Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
Telephone: +44 2890235111
Fax: +44 2890313508
VI.5)Date of dispatch of this notice:16.7.2012