Planned Maintenance Works Contract Watford
The Trust is seeking to appoint 1 suitably qualified and experienced contractor to carry out planned maintenance works to all of the Trusts property.
United Kingdom-Watford: Overhaul and refurbishment work
2015/S 166-302428
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Watford Community Housing Trust
Gateway House, 59 Clarendon Way, Hertfordshire
Contact point(s): www.echelonconsultancy.co.uk/eDocs
For the attention of: Pamela Graham
WD17 1LA Watford
UNITED KINGDOM
Telephone: +44 1707339800
E-mail: wcht@echelonconsultancy.co.uk
Fax: +44 1707339801
Internet address(es):
General address of the contracting authority: http://www.wcht.org.uk
Electronic access to information: http://www.echelonconsultancy.co.uk/eDocs
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
Main site or location of works, place of delivery or of performance: Various locations in and around Watford, Hertfordshire.
NUTS code UKH23
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)
— Kitchens,
— Bathrooms,
— Electrics (Rewires and Upgrades),
— Roofing,
— Window and Door Replacements,
— Cyclical Decoration Including Hard-Standings,
— Aids and Adaptations.
II.1.6)Common procurement vocabulary (CPV)
45453000, 45421151, 45211310, 45311000, 45261210, 45421100, 45260000, 45311100, 45330000, 45451000, 33196200, 45233160
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:
Estimated value excluding VAT:
Range: between 26 000 000 and 36 000 000 GBP
II.2.2)Information about options
Description of these options: The Contract will be for an initial period of 5 years with an option to extend for a further 5 years with a break clause for non-performance.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
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: Under the Contracts, the contractor and any 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, the contract performance conditions will relate in particular to social and/or environmental regeneration conditions.
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: Applicants will be required to complete a pre qualification questionnaire consistent with Directive 107 (1) in the 2015 Public Contracts Regulations. This can be obtained from:http://www.echelonconsultancy.co.uk/eDocs and must be returned to the Electronic Submission URL by the date stipulated.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre qualification questionnaire consistent with Directive 107 (1) in the 2015 Public Contracts Regulations. This can be obtained fromhttp://www.echelonconsultancy.co.uk/eDocs and must be returned to the electronic submission URL by the date stipulated.
Minimum level(s) of standards possibly required: As set out in the PQQ http://www.echelonconsultancy.co.uk/eDocs
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre qualification questionnaire consistent with Directive 107 (1) in the 2015 Public Contracts Regulations. This can be obtained from http://www.echelonconsultancy.co.uk/eDocs and must be returned to the electronic submission URL by the date stipulated.
Minimum level(s) of standards possibly required:
As set out in the PQQ http://www.echelonconsultancy.co.uk/eDocs
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: A minimum of 5 operators will be invited to tender though the Contracting Authority reserves the right to increase the number of operators to be invited to tenders by 1 or 2, if their scores are closely placed around the cut-off point.
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.3.5)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note following the government’s 2015 budget the annual contract value is likely to be reduced once the impact of the reduced rental income has been fully evaluated by WCHT. Although the impact is not fully tangible at this stage some of these budgets could be reduced. This is reflected in the ITT documents.
WCHT will be providing an opportunity for all interested suppliers to attend a briefing session at The Jury’s Inn, 31-35 Clarendon Road, Watford, Herts, WD17 1JA on Wednesday, 2.9.2015 from 9:30 to 12:30. The purpose of this briefing will be to provide an introduction to WCHT as well as an overview of the procurement process and the objectives of the procurement exercise. There will also be an opportunity to raise any queries you may have. Suppliers are requested to have a maximum of 2 attendees at the briefing. Please confirm who these will be to Pamela Graham at Echelon using the following email address: wcht@echelonconsultancy.co.uk by 10:30 on the 1.9.2015.
WCHT are procuring the works as a single contract to achieve economies of scale with a single provider.
VI.4.1)Body responsible for appeal procedures
Section VI.4.2) below
Body responsible for mediation procedures
Section VI.4.2) below
VI.4.2)Lodging of appeals
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: