Office Refurbishment Contract Birmingham
Midland Heart is contracting for Offices Refurbishment procurement and associated services for a portfolio of offices.
United Kingdom-Birmingham: Installation of fitted kitchens
2016/S 049-081582
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Midland Heart Limited
20 Bath Row
For the attention of: James Rachael
B15 1LZ Birmingham
UNITED KINGDOM
Telephone: +44 3456020540
E-mail: rachael.james@midlandheart.org.uk
Internet address(es):
General address of the contracting authority: http://www.midlandheart.org.uk/
Address of the buyer profile: http://www.midlandheart.org.uk/supply-to-us/buyer-profile
Electronic access to information: https://iewm.bravosolution.co.uk/web/login.shtml
Electronic submission of tenders and requests to participate: https://iewm.bravosolution.co.uk/web/login.shtml
Further information can be obtained from: Midland Heart Limited
20 Bath Row
For the attention of: Please follow the instructions in III.2.1)
B15 1LZ Birmingham
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Midland Heart Limited
20 Bath Row
Contact point(s): Please follow the instructions in III.2.1)
B15 1LZ Birmingham
Tenders or requests to participate must be sent to: Midland Heart Limited
20 Bath Row
Contact point(s): Please follow the instructions in III.2.1)
B15 1LZ Birmingham
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
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Birmingham, Coventry, Wolverhampton, Cannock, Wednesfield, Stoke.
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 700 000 GBP
II.1.5)Short description of the contract or purchase(s)
The estimated contract value of these works is 500 000 GBP to 700 000 GBP.
Implementation is anticipated to start in August 2016.
In light of the requirement to commence the works in August 2016, mobilisation of this Contract should be thoroughly prepared for in advance for immediate implementation upon Contract signing.
All bidders must meet the minimum criteria set of Pass/Fail within the Invitation To Tender (ITT) of Quality and Price and the Tenderer Questionnaire in order for Midland Heart to score the rest of the tenderer bid. The Tenderer Questionnaire will assess the bidder for their Insurance, Financial Standing, Business Probity and Reference standing. The criteria set is a Pass/Fail. Financial Standing — The bidder (as a stand alone business unit, not a group) must be able to demonstrate a minimum annual turnover equivalent to 2 times the contract value per annum. Bidders are required to submit their most recent 2 years audited accounts. It is a requirement that Midland Heart is satisfied you do not pose a risk for us to enter into a contract with your organisation, therefore your Net Current Liabilities will also be assessed. Bidders must also hold the following levels of insurance: 1. Employers Liability — 5 000 000 GBP; 2. Professional Indemnity — 5 000 000 GBP and Contract Insurance.
II.1.6)Common procurement vocabulary (CPV)
45421151, 45211310, 39144000
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:
Bath Row Office (Birmingham 3,716 sqm) Basic and partial refurbishment to Refresh — 5 Floors — The works include: New Customer and Corporate Receptions. Expanded Kitchens, alterations to meeting rooms and media points, removal of some glazed and solid partitioning and the Making good and some feature lighting, additional power, decorations and flooring.
Regional Offices — the Refurbishment of office space at five Midland Heart Locations, Coventry (30 desks, approx. 1 096 sqft), Wolverhampton (5 desks, approx. 37 m2), Wednesfield (6 desks, 26 m2), Cannock (6 desks, approx. 23 m2) and Stoke (10 desks, approx. 46 m2). Works include: flooring, decorations, lighting, tea-points and some Mechanical and electrical works.
Booth Street Birmingham — first floor — provision of 2 new single toilets, dismantling and re-provision of a new staff kitchen and the removal of stud partition wall.
Bismillah Office — 2 commercial units, Basic refresh and refurbishment. Unit 1 — 244 m2 ground floor unit with Mezzanine. Unit 2 — 280 m2 ground floor unit with basement below. This unit has damp issues caused by defected street level pavement lights. Surveys complete, preferred supplier standing by to work with Main Contractor on replacing the four pavement lights The contractor will be responsible for all approvals and licences for this exterior work.
Estimated value excluding VAT:
Range: between 500 000 and 700 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
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: Suppliers who satisfy any of the criteria for rejection set out in Regulation 57 Public Contract Regulations 2015 shall be treated as ineligible. Suppliers may be requested to provide such evidence as it is reasonably necessary to allow the Group to establish that the aforementioned criteria does not apply to them.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://iewm.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs Open To All Suppliers’ link (these are Pre-Qualification Questionnaires open to any registered supplier) — Click on the relevant PQQ to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ into your ‘My PQQs’ page (this is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ Details’ box 3. Responding to the tender — Click ‘My Response’ under ‘PQQ Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ — There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
H&S Contractors Questionnaire is mandatory and must be completed in full including providing all relevant evidence as identified in the questionnaire.
Equality Diversity & Safeguarding in Midland Heart is mandatory and must be signed and returned.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Suppliers shall be aware that to be considered eligible for selection, the Supplier (as stand alone business unit, not a Group) must be able to demonstrate a minimum annual turnover equivalent to 2 times the total contract value quoted (anticipated to be between 1 000 000 GBP – 1 400 000 GBP) in respect of the most recent financial year for which audited accounts are available. Suppliers who do not meet this minimum turnover requirement are requested not to apply and will not have their submission evaluated. Suppliers are required to provide their most recent 2 year’s audited accounts. A risk assessment will be carried out against these accounts and a score applied based on 5 being low risk and 0 being incomplete and high risk using the following assessment criteria -Net current liabilities, Falls in turnover, Gross profit margin, Liquidated assets, Overdraft, Loan, Tax/VAT liability, CCJs, Interest Cover, Operating profit margin.
The bidder must hold the following levels of insurance:
Employers Liability — 5 000 000 GBP;
Professional Indemnity — 5 000 000 GBP.
Contract Works Insurance — 5 000 000 GBP:
III.2.3)Technical capacity
Suppliers will be required to complete a pre qualification questionnaire describing how they meet the minimum criteria as identified below.
Minimum level(s) of standards possibly required:
Suppliers must be able to demonstrate the following minimum technical requirements:
— Proven experience in delivering Housing Association / Public body projects
— Proven experience in dealing with Conservation officer / Highways approvals (ideally Birmingham City Council)
— Proven experience is working within occupied sites.
— Proven experience as working as the CDM ‘Lead Designer’
— Proven experience is managing multi-sited projects / programs
Suppliers must be both Chas and Safe Contractor certified.
Suppliers must have the following qualifications –
AIS (Association of Interior Specialist),
Ska (Sustainability),
FIS (training and development),
ACS (quality),
or must evidence equivalent qualifications in each of these areas.
Suppliers intending to use subcontractors are required to ensure that their subcontractors meet the standards set out in this Procurement the Contracting Authority may require to see evidence of this prior to awarding the contract.
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 number of candidates taken through to ITT stage will be based on the score achieved from the PQQ exercise.
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place:
Electronically via the Bravosolution website.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: