Repair and Maintenance and Works to Thurrock Council Housing Stock
This will include, but not necessarily be limited to, day to day reactive and emergency repairs, voids and, at the discretion of Thurrock Council, some elements of programmed cyclical works, specialist and other maintenance contracts.
United Kingdom-Grays: Repair and maintenance services
2013/S 173-298389
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Thurrock Council
New Road
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652243
Internet address(es):
General address of the contracting authority: www.thurrock.gov.uk
Electronic access to information: http://thurrock.g2b.info/
Electronic submission of tenders and requests to participate: http://thurrock.g2b.info/
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
Regional or local authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Thurrock Council Housing Services – response, repair and maintenance and related works to Thurrock Council housing stock.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKH32
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Repair and maintenance services. The works will comprise the provision of repair and maintenance services to 10,500 homes owned by Thurrock Council. This will include, but not necessarily be limited to, day to day reactive and emergency repairs, voids and, at the discretion of Thurrock Council, some elements of programmed cyclical works, specialist and other maintenance contracts such as internal and external painting and gas servicing and repair which may be added at some point during the term. It is intended that the form of contract will be the ACA Standard form of contract for Term Partnering (TPC 2005).
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated value of the annual expenditure for which no through put guarantee is given is around GBP 5m per annum for responsive repairs and voids with a further potential GBP 1-2m per annum in further maintenance and related works including internal and external painting and gas servicing and repair which Thurrock Council may offer during the term.
For guidance purposes the range is GBP 50m – GBP 70m over the full term.
The contract is expected to start on 1.4.2014 (or as soon as practicable thereafter) and complete on 31.3.2019.
Estimated value excluding VAT:
Range: between 50 000 000 and 70 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The term of the contract will be 5 years, subject to satisfactory performance, with the option for Thurrock Council to extend the term by a period of up to a further 5 years by any number of years in any number of extensions.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits, guarantees or bonds will be set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any deposits, guarantees or bonds will be set out in the tender documentation.
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Under this contract the service provider and its supply chain will be required to actively participate in the achievement of social objectives relating to participation in skills development, employment and training programmes in accordance with the Council’s objectives to create employment and training and business growth opportunities for the locality. This may include other value added contributions by the service provider and its supply chain in order to support community programmes promoted by the Council. Accordingly the contract performance conditions will include provisions to reflect this and the evaluation of social objectives will be part of the overall evaluation of the tender award.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PS/2013/564
IV.3.2)Previous publication(s) concerning the same contract
no
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
15.10.2013 – 14:00
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
English.
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
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Thurrock Council
New Road
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652243
Body responsible for mediation procedures
Thurrock Council
New Road
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652243
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Thurrock Council
New Road
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652243
VI.5)Date of dispatch of this notice:4.9.2013