Office and Leisure Refurbishment and Fit Out Framework
Places for People is seeking to create a Framework Agreement comprising suitably skilled contractors to carry out building repair, refurbishment and fitting out works, primarily to its UK office premises, although works could also include Leisure Centre / Gym refurbishments through Places for People Leisure.
United Kingdom-Preston: Other building completion work
2014/S 193-340000
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Places for People
Strategic Procurement Team, Group Support Centre
For the attention of: Keith Mullender
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 1772897492
E-mail: keith.mullender@placesforpeople.co.uk
Internet address(es):
General address of the contracting authority: www.placesforpeople.co.uk
I.2)Type of the contracting authority
I.3)Main activity
Recreation, culture and religion
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Locations throughout the United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: The proposed framework period is 3 years with an option of an extra 2 years. This is the optimum period when balancing the planned works programmes with the time and resource required to re tender.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 18 000 000 and 25 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Occupied residential properties will not be covered under this Framework Agreement.
The nature and scope of the work to be carried out under the Framework Agreement will generally comprise individual call off contracts (which will be awarded via a Mini Competition Process between the appointed contractors) for fitting out new and existing floor space, including the design and installation of mechanical, electrical and IT installations, to provide office and recreational facilities in urban locations across the United Kingdom close to the communities in which Places for People deliver services.
Under the Framework Agreement, the Contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
The Contracting Authority intends to use an eTendering system in this procurement exercise. Suppliers can, express interest in this procurement, express their interest in working with the Places for People Group and be informed of the latest opportunities by registering for free on the Due North Housing Procurement Portal — http://www.housingprocurement.com .Pre-qualification questionnaire responses should be fully completed and submitted on-line using Due North no later than the date and time quoted in IV.3.4), these will be used to select those firms invited to Tender.
II.1.6)Common procurement vocabulary (CPV)
45450000, 45453000, 45453100
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:
II.2.2)Information about options
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
The general conditions for participation are as set out in the Pre Qualification Questionnaire, an electronic copy of which must be sought by the applicant from the appropriate contact given in the short description.
The contractor must have the knowledge, ability, experience and capacity to effectively and efficiently undertake the fitting out and refurbishment works specified, including taking design responsibility where required, under a Framework Agreement.
III.2.2)Economic and financial ability
Refer to Pre Qualification Documentation via Due North Portal.
III.2.3)Technical capacity
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Refer to Pre Qualification Documentation via Due North Portal.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: Places for People reserve the right to invite to tender additional operators whose score is within 1 % of the sixth placed operator.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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.3.5)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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3-5 years.
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: