Repairs and Maintenance Tender Liverpool
Lot 1 — Repairs, voids, gas servicing, gas breakdowns, electrical servicing, electrical repairs, damp proof course, structural work, minor adaptations, estate management, tree surgery and major adaptations.
United Kingdom-Liverpool: Repair and maintenance services
2014/S 202-357647
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Liverpool Mutual Homes
Procurement, LMH @ The Observatory
For the attention of: Mr Michael Bootman
L1 6RA Liverpool
UNITED KINGDOM
E-mail: tenders@liverpoolmh.co.uk
Further information can be obtained from: LMH via The Chest www.thechest.nwce.gov.uk
Any further information relating to this PQQ must be obtained via The Chest www.thechest.nwce.gov.uk
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: LMH via The Chest www.thechest.nwce.gov.uk
Specification and Additional Documents must be obtained from The Chest www.thechest.nwce.gov.uk
UNITED KINGDOM
Tenders or requests to participate must be sent to: LMH via The Chest www.thechest.nwce.gov.uk
Requests to participate in this exercise must go via The Chest
UNITED KINGDOM
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: Merseyside and surrounding area.
NUTS code UKD
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1 — Repairs, voids, gas servicing, gas breakdowns, electrical servicing, electrical repairs, damp proof course, structural work, minor adaptations, estate management, tree surgery and major adaptations.
Lot 2 — maintaining our homes investing in external environmental improvements to both flats and houses, backlog kitchen and bathrooms, structural wrap works and communal sheltered refurbishments.
Lot 3 — To complete Legionella Risk Assessments, written Management Schemes and monitoring procedures.
Lot 4 — procure a comprehensive 24 hr 365 day service and commercial gas repair agreement for properties.
II.1.6)Common procurement vocabulary (CPV)
50000000, 45000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The scope of works relating to this frameworks agreement will be for the following: Repairs, voids, gas servicing, gas breakdowns, electrical servicing, electrical repairs, damp proof course, structural work, minor adaptations, estate management, tree surgery and major adaptations.
Lot 2 — Liverpool Mutual Homes investment will focus on maintaining our homes investing in external environmental improvements to both flats and houses, backlog kitchen and bathrooms, structural wrap works and communal sheltered refurbishments.
This will involve kitchen, bathrooms, structural, sheltered and maisonette refurbishments This will involve external environmental improvements to blocks of flats and general needs housing estates etc.
It is the intension that one service provider will be appointed to this framework lot.
IT Software/System Integration and full interfacing including CRM, Asset Management Systems, real-time working, data collection and reporting must be undertaken by the service provider.
Lot 3 — To complete Legionella Risk Assessments, written Management Schemes and monitoring procedures.
Services shall be provided in accordance with the minimum standards defined in ACOP L8 The Control of Legionella Bacteria in Water Systems [L8], together with the enhanced standards as defined in this document.
The work will involve:
Initial assessments undertaken
Monitoring and control procedures
Water sampling
Reporting requirements
Lot 4 — LHM have a number of commercial properties which are heated and have hot water heated by gas, and are seeking to procure a comprehensive 24 hr 365 day service and repair agreement for these properties. We have currently have fourteen sheltered housing schemes, one office building and 3 direct access hostels which require maintenance and service cover.
All properties have modern condensing boilers none older than 6 years old. Some linked indirect calorifiers, others with separate water heating appliances. The SLA will include parts and labour for repairs and an annual service visit for the heating and hot water appliances and controls, along with parts and labour cover on the system pipework, radiators and controls, strength test on the gas pipeline with Land lord Gas safety reports being issues within twelve months of the previous service in line with the Gas Safety and installation and Use Regulations 1998.
Estimated value excluding VAT: 20 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Repairs, voids, gas servicing, gas breakdowns, electrical servicing, electrical repairs, damp proof course, structural work, minor adaptations, estate management, tree surgery, major adaptations
1)Short description
2)Common procurement vocabulary (CPV)
50000000, 45000000
Lot No: 2Lot title: Planned investment works
1)Short description
2)Common procurement vocabulary (CPV)
50000000, 45000000
Lot No: 3Lot title: Legionella
1)Short description
2)Common procurement vocabulary (CPV)
50000000, 45000000
Lot No: 4Lot title: Commercial gas
1)Short description
2)Common procurement vocabulary (CPV)
50000000, 45000000
Section III: Legal, economic, financial and technical information
III.2.2)Economic and financial ability
Selection Criteria is based on candidates responses to the following sections:
— professional standing
— conflict of interest
— financial/insurance information
— health and safety
— equality and diversity
— technical information
— environmental information
—quality and data information.
— declaration
Selection criteria is based on scored evaluation of tenderers responses toTechnical and ICT questions.
Tenderers that do not meet the following financial requirements will be excluded from the tendering process:
Annual Turnover of at least 25 000 000 GBP
Public Liability Insurance of at least 10 000 000 GBP
Employer’s Liability Insurance of at least 5 000 000 GBP
Contractor All Insurance 5 000 000 GBP
Product Liability Insurance 5 000 000 GBP
Tenderers that do not meet Contract Regulation 23(1) must provide an explanation as to what action was taken and how it does not affect their organisations business will be excluded from the tendering process.
Tenderers that do not complete and a return a professional standing certificate in relation to Contract Regulation 23(4) will be excluded from the tendering process.
Mandatory sections must be completed, as per below:
— Conflict of interest
— Health and safety
— Equality and diversity
— Technical information
— Environmental information
— ICT
— Quality and data information
— Declaration.
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
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.3.4)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice: