Business NewsTenders

United Kingdom-London: Repair and maintenance tender

Official EU reference:125035-2014

Procurer reference:SPS0910

Published on:12/04/2014

Deadline date:16/05/2014

Location where the contract is to be carried out: Outer London – East and North East

Name of the buying organisation: ROYAL BOROUGH OF GREENWICH

Summary of the contract

Royal Borough of Greenwich Housing Repairs Framework.
The Royal Borough of Greenwich (the “Client”) is seeking expressions of
interest from suitably qualified and experienced service providers
(“Suppliers”) to enter into a framework arrangement (the “Framework”) for
the delivery of a programme of reactive and planned maintenance repairs
work to occupied properties (including sheltered accommodation), void
properties and communal areas, working in all geographical areas where
Royal Borough of Greenwich housing assets are located (the “Programme”)
comprising approximately 24,000 properties. The number of properties may
increase or decrease over the term of the Programme.
a.) There will be a total of 5 lots awarded under the Framework. All lots
will have equal financial value (within a range), and the same scope.
Further information about the lots will be provided in the tender
documents.
b.) Suppliers will be awarded a maximum of 2 No. Lots.
c.) Suppliers will need to be able to provide the full range of activities
set out in this Contract Notice to be able to bid for a place on the
Framework.
d.) Performance monitoring through Key Performance Indicators will apply.
e.) The Client intends to enter into framework agreements with each of the
successful Suppliers for a period of 48 months, although call offs may
extend beyond that period.
f.) Each call-off will be for a maximum duration of 1 year, with call-offs
further to year 1 dependent on performance and other agreed
pre-conditions. Call-offs will be made throughout the life of the
Framework, including the final year. Works ordered in the last year of the
Framework may extend beyond the Framework end date.
g.) Each call-off made under the Framework will be let under a bespoke
form of the TPC2005 Term Partnering Contract.
h.) Each successful Supplier will enter into a strategic alliancing
agreement with the Client and the other Suppliers.
i.) The call-offs will be categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value: GBP 20M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value GBP 4M – GBP 12M over
the life of the Framework.
CPV: 50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000.

Full contract details

Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Royal Borough of Greenwich
35 Wellington Street, Woolwich
For the attention of: Shaun Fortune, William Jabang
SE18 6HQ London
UNITED KINGDOM
Telephone: +44 2089212134 / 2089215606
E-mail: [email protected]
Internet address(es):
General address of the contracting authority:
http://www.royalgreenwich.gov.uk
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
General public services
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:
Royal Borough of Greenwich Housing Repairs Framework.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Design and execution
NUTS code UKI21
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 24 000 000 and 32 000 000 GBP
II.1.5) Short description of the contract or purchase(s)
The Royal Borough of Greenwich (the “Client”) is seeking expressions of
interest from suitably qualified and experienced service providers
(“Suppliers”) to enter into a framework arrangement (the “Framework”) for
the delivery of a programme of reactive and planned maintenance repairs
work to occupied properties (including sheltered accommodation), void
properties and communal areas, working in all geographical areas where
Royal Borough of Greenwich housing assets are located (the “Programme”)
comprising approximately 24,000 properties. The number of properties may
increase or decrease over the term of the Programme.
a.) There will be a total of 5 lots awarded under the Framework. All lots
will have equal financial value (within a range), and the same scope.
Further information about the lots will be provided in the tender
documents.
b.) Suppliers will be awarded a maximum of 2 No. Lots.
c.) Suppliers will need to be able to provide the full range of activities
set out in this Contract Notice to be able to bid for a place on the
Framework.
d.) Performance monitoring through Key Performance Indicators will apply.
e.) The Client intends to enter into framework agreements with each of the
successful Suppliers for a period of 48 months, although call offs may
extend beyond that period.
f.) Each call-off will be for a maximum duration of 1 year, with call-offs
further to year 1 dependent on performance and other agreed
pre-conditions. Call-offs will be made throughout the life of the
Framework, including the final year. Works ordered in the last year of the
Framework may extend beyond the Framework end date.
g.) Each call-off made under the Framework will be let under a bespoke
form of the TPC2005 Term Partnering Contract.
h.) Each successful Supplier will enter into a strategic alliancing
agreement with the Client and the other Suppliers.
i.) The call-offs will be categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value: GBP 20M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value GBP 4M – GBP 12M over
the life of the Framework.
II.1.6) Common procurement vocabulary (CPV)
50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000
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: yes
Tenders may be submitted for one or more lots
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:
Estimated value excluding VAT:
Range: between 24 000 000 and 32 000 000 GBP
II.2.2) Information about options
Options: no
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: 48 (from the award of the contract)
Information about lots
Lot No: 1
1) Short description
There will be a total of 5 lots awarded under the framework agreement. All
lots will have equal financial value (within range as detailed below), and
the same scope, which includes carrying out housing reactive and planned
maintenance repairs work to occupied properties (including sheltered
accommodation), void properties and communal areas, working in all
geographical areas where the Client’s housing assets are located. Further
information about the lots will be provided in the tender documents.
2) Common procurement vocabulary (CPV)
50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 4 800 000 and 6 400 000 GBP
5) Additional information about lots
Lots will consist of annual call-offs categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value of GBP 4M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value of between GBP 800,000 –
GBP 2,400,000 over the life of the Framework.
Lot No: 2
1) Short description
There will be a total of 5 lots awarded under the framework agreement. All
lots will have equal financial value (within range as detailed below), and
the same scope, which includes carrying out housing reactive and planned
maintenance repairs work to occupied properties (including sheltered
accommodation), void properties and communal areas, working in all
geographical areas where the Client’s housing assets are located. Further
information about the lots will be provided in the tender documents.
2) Common procurement vocabulary (CPV)
50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 4 800 000 and 6 400 000 GBP
5) Additional information about lots
Lots will consist of annual call-offs categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value of GBP 4M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value of between GBP 800,000 –
GBP 2,400,000 over the life of the Framework.
Lot No: 3
1) Short description
There will be a total of 5 lots awarded under the framework agreement. All
lots will have equal financial value (within range as detailed below), and
the same scope, which includes carrying out housing reactive and planned
maintenance repairs work to occupied properties (including sheltered
accommodation), void properties and communal areas, working in all
geographical areas where the Client’s housing assets are located. Further
information about the lots will be provided in the tender documents.
2) Common procurement vocabulary (CPV)
50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 4 800 000 and 6 400 000 GBP
5) Additional information about lots
Lots will consist of annual call-offs categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value of GBP 4M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value of between GBP 800,000 –
GBP 2,400,000 over the life of the Framework.
Lot No: 4
1) Short description
There will be a total of 5 lots awarded under the framework agreement. All
lots will have equal financial value (within range as detailed below), and
the same scope, which includes carrying out housing reactive and planned
maintenance repairs work to occupied properties (including sheltered
accommodation), void properties and communal areas, working in all
geographical areas where the Client’s housing assets are located. Further
information about the lots will be provided in the tender documents.
2) Common procurement vocabulary (CPV)
50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 4 800 000 and 6 400 000 GBP
5) Additional information about lots
Lots will consist of annual call-offs categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value of GBP 4M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value of between GBP 800,000 –
GBP 2,400,000 over the life of the Framework.
Lot No: 5
1) Short description
There will be a total of 5 lots awarded under the framework agreement. All
lots will have equal financial value (within range as detailed below), and
the same scope, which includes carrying out housing reactive and planned
maintenance repairs work to occupied properties (including sheltered
accommodation), void properties and communal areas, working in all
geographical areas where the Client’s housing assets are located. Further
information about the lots will be provided in the tender documents.
2) Common procurement vocabulary (CPV)
50700000, 45453000, 44163111, 45261900, 45262300, 45262670, 45320000,
45331210, 45343100, 45421100, 45422000, 45432100, 45233222, 45261420,
45262521, 45310000, 45330000, 45340000, 45410000, 45421151, 45431000,
45440000, 90911200, 45451000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 4 800 000 and 6 400 000 GBP
5) Additional information about lots
Lots will consist of annual call-offs categorised as follows:
Follow on tasks: Reactive works to occupied properties, communal areas and
void properties. Approximate maximum value of GBP 4M over the life of the
Framework.
Planned tasks: Primarily kitchen and bathroom refurbishments to occupied
properties. A Scope of Works and Outline Specification (SWOS) will be
issued for these works. Approximate maximum value of between GBP 800,000 –
GBP 2,400,000 over the life of the Framework.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Requirements to be provided in the Invitation to Tender and contract
documents. A parent company guarantee and/or performance bond may be
required.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
The contract will provide 30 day payment terms (reference: Housing Grant.
Construction and Regeneration Act 1996, amended 2011 under the Local
Democracy, Economic Development and Construction Act).
Detailed requirements to be provided in the Invitation to Tender and
contract documents.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Tenderers will be required to satisfy the requirements of Article
45 and 46 of Directive 2004/18/EC as contained in regulation 23 of the
Public Contracts Regulations 2006. Full details are set out in the
Pre-Qualification Questionnaire.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Tenderers to demonstrate their economic and financial capability
to undertake the works and services in accordance with Article 47 of
Directive 2004/18/EC under Regulation 24 of the Public Contracts
Regulations 2006.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Tenderers will be required to demonstrate technical capability to
undertake the works and services in accordance with Article 45 to 50 of
Directive 2004/18/EC which are contained in Regulation 25 of the Public
Contracts Regulations 2006.
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 8: and maximum number 12
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:
SPS0910
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 17-025314 of 24.1.2014
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 12.5.2014 – 17:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
16.5.2014 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
20.6.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
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
The Client reserves the right not to award a contract or to award a
contract for part or parts of the Programme advertised pursuant to this
Notice. The Client makes no guarantee as to the amount or value of work
awarded under the Framework.
The Client anticipates that the Business Transfers Directive 2001/23/EC as
implemented by the Transfers of Undertakings (Protection of Employment)
Regulations 2006 will apply to the transfer of personnel from the
incumbent contractor under this procurement. The Authority’s detailed
requirements will be set out in the Invitation to Tender and contract
documents. Applicants are requested to ensure they are fully aware of the
requirements of this procurement and are able to commit the necessary time
and resources before returning a Pre-Qualification Questionnaire.
Please note: The closing date for request of Pre-Qualification
Questionnaire or to paticipate is 12.5.2014 at 17:00hrs and the closing
date for questions and answers is – 12.5.2014 at 17:00 hrs. The closing
date of return of completed Pre-Qualification Questionnaire is 12:00 noon,
Friday 16th May, 2014.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise
information on deadline(s) for lodging appeals: Precise information on
deadline(s) for lodging appeals: Royal Borough of Greenwich has
incorporated a minimum 10 calendar day Standstill Period after
notification to unsuccessful applicants of the award decision. The Public
Contracts (Amendments) Regulations 2009 provide for remedies through the
High courts (England, Wales and Northern Ireland) to be sought by economic
operators who suffer (or risk suffering) loss or damage as a consequence
of a failure by the Royal Borough to comply with certain provisions of
those regulations and/or certain EU Community obligations relating to
procurement. In summary, proceedings must be brought promptly and in any
event within 30 days of the date on which grounds for bringing proceedings
first arise.
VI.4.3) Service from which information about the lodging of appeals may
be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
VI.5) Date of dispatch of this notice:
9.4.2014

Classification of the contract

50700000 Repair and maintenance services of building installations

45453000 Overhaul and refurbishment work

44163111 Drain pipes

45261900 Roof repair and maintenance work

45262300 Concrete work

45262670 Metalworking

45320000 Insulation work

45331210 Ventilation installation work

45343100 Fireproofing work

45421100 Installation of doors and windows and related components

45422000 Carpentry installation work

45432100 Floor laying and covering work

45233222 Paving and asphalting works

45261420 Waterproofing work

45262521 Facing brickwork

45310000 Electrical installation work

45330000 Plumbing and sanitary works

45340000 Fencing, railing and safety equipment installation work

45410000 Plastering work

45421151 Installation of fitted kitchens

45431000 Tiling work

45440000 Painting and glazing work

90911200 Building-cleaning services

45451000 Decoration work

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button