Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Southern Housing Group Ltd
Fleet House, 59-61 Clerkenwell Road
Contact point(s): Procurement
For the attention of: William McCormick
EC1M 5LA London
UNITED KINGDOM
Telephone: +44 2075536474
E-mail: contracts@shgroup.org.uk
Internet address(es):
General address of the contracting authority: www.shgroup.org.uk
Address of the buyer profile: http://www.shgroup.org.uk/AboutUs/Partner-With-Us/Procurement-Opportunities/
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
Body governed by public law
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: yes
All current and future subsidiaries of Southern Housing Group Ltd
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Southern Housing Group Ltd – Water Hygiene Term Maintenance Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: London and the South East.
NUTS code UKJ
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)
The Contracts will cover water hygiene services for mainly residential blocks. The scope of works shall include L8 risk assessments, water hygiene monitoring regimes, remedial works to CWS tanks etc and water hygiene training.
For the geographical areas involved – see
www.shgroup.org.uk. The contract will cover all Regions.
The PQQ document is available at http://www.southernhousinggroup.co.uk/en/AboutUs/Partner-With-Us/Procurement-Opportunities/.
All expressions of interest/ PQQ returns must be communicated as per the details in the PQQ at the above web address. Any expressions/.
PQQ returns that are not communicated/ provided as per the PQQ document may not be received and may therefore be disregarded.
Southern Housing Group reserve the right to discontinue the procurement process at any time which shall include the right not to award a contract and does not bind itself to accept the lowest bid or any tender/ PQQ received.
Southern Housing Group shall not be liable for any cost or expense incurred by any candidate or Tenderer in connection with the completion and return information requested in this contract notice or in the completion or submission of any PQQ or tender.
II.1.6)Common procurement vocabulary (CPV)
44611500, 24962000, 90710000
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will cover approximately 200 properties with water hygiene monitoring requirements. These range from sheltered housing schemes through to general needs blocks.
Estimated value excluding VAT: 1 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: 1) Renewal – The resultant contract for this requirement will be for a potential ten year period (five plus five years). The initial term contract will be for five years, and will contain break clauses for the Group and provider. The contract will also contain the option for a further five year extension period by agreement.
2) Pricing Changes – The Group reserves the right to revert to a different payment methodology at any time.
3) Requirement Changes – The Group may amend the number of properties within the Contract package and also retain the option to add additional geographical areas into the Contract packages/ lots or establish additional or alternative Contract packages/ lots.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (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:
Participants will be advised as necessary during the procurement process. Parent company and/or guarantees of performance and financial liability may be required, if considered appropriate.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
One member of any grouping/ consortium of suppliers will be required to accept prime contractorship.
Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
III.2)Conditions for participation
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: Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
Minimum level(s) of standards possibly required: A Dun & Bradstreet financial assessment will be included for the PQQ stage.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
Minimum level(s) of standards possibly required:
Participants will be advised as necessary during the procurement process.
For further details please contact the Contracting Authority and/ or refer to the PQQ/ Invitation to Tender documents.
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
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 number of operators: 6
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
26.3.2012 – 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
11.4.2012
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 tenders
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to Tenderers. This period allows unsuccessful Tenderers to seek further debriefing from the contracting authority before the Contract is entered into. Any additional information should be requested from the address in section 1.1. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 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.
VI.4.3)Service from which information about the lodging of appeals may be obtained