Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 066-123627/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Charnwood Borough Council
Postal address: Council Office, Southfield Road
Town: Loughborough
Postal code: LE11 2TX
Country: United Kingdom
Contact Person: Pamela Graham
Telephone: +44 79506674764
Email: charnwood@echelonconsultancy.co.uk
Nuts code: UKF22
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Charnwood Capital Works (Decent Homes) Contract.
Reference number: Ech 779
II.1.2) Main CPV code: 50700000
II.1.3) Type of contract: Works
II.1.4) Short Description: A maximum 9-year JCT form of contract for the delivery of planned works programmes to Charnwood Borough Council’s stock of c.6 000 properties. Works programmes shall include: kitchen and bathroom replacements; heating works (replacement and new system installations); periodic electrical testing and repairs, lighting, electrical upgrades, rewiring; roofing, soffits and guttering; structural and damp work; replacement doors; replacement windows and associated repairs; painting and pre-paint repairs; loft insulation; smoke, CO2 and heat detectors; disabled adaptations and subsequent repairs; void works; fire safety works; planned maintenance and estate works; external wall insulation; and bedsit conversions. This may include any other associated works required.
II.1.5) Estimated total value:
Value excluding VAT: 32400000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
31625100, 31625200, 35111000, 35111200, 35111300, 35111400, 35111500, 35111520, 44221220, 44480000, 45100000, 45210000, 45260000, 45300000, 45310000, 45311000, 45312100, 45315000, 45320000, 45321000, 45330000, 45331000, 45331100, 45331110, 45332000, 45332200, 45333000, 45343000, 45343100, 45343200, 45343210, 45343220, 45350000, 45400000, 45410000, 45420000, 45421000, 45421100, 45421110, 45421130, 45421140, 45421150, 45421151, 45422000, 45430000, 45431000, 45432000, 45440000, 45441000, 45442000, 45443000, 45450000, 45451000, 45452000, 45453000, 45454000, 50000000, 50413200, 50710000, 50720000, 50721000, 50750000, 51700000, 71000000, 71500000, 71520000
II.2.3) Place of performance
Nuts code: UKF22
Main site or place of performance:
Loughborough.
II.2.4) Description of the procurement:
Charnwood Borough Council is seeking expressions of interest from suitably qualified and experienced suppliers to enter into a Contract of up to 9 years (5 + 2+ 2) for the provision of planned (capital) works to its stock of c.6 000 properties. Works programmes shall include: Kitchen unit replacements and associated works; full bathroom replacements and associated works; partial bathroom replacements and associated works; heating works (replacement gas central heating boilers and hot water cylinders); replacement/fitting of new full heating systems; periodic electrical testing and repairs, lighting, electrical upgrades, rewiring (to individual dwellings and communal areas); roofing, soffits and guttering; structural and damp work; replacement doors (external, internal, shed and fire doors); replacement windows (timber and UPVC) and associated repairs; painting and pre-paint repairs; loft insulation; smoke, CO2 and heat detectors; disabled adaptations (including level access showers and flooring, showers over baths, through floor lifts (but not stair lifts), extensions and alterations of internal layout) and subsequent repairs; void works; fire safety works; planned maintenance and estate works; external wall insulation; and bedsit conversions. This may include any other associated works required. The estimated maximum value of the Contract over the 9-year term is 32 400 000 GBP. Please note that this is based on an indicative annual budget of 3 600 000 GBP per annum.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 32400000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: It is envisaged that 5 candidates will be invited to submit Tenders, following short listing at pre-qualification stage as set out within the procurement documents.
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The Council may extend the contract beyond the existing five-year term with 2 2-year extensions (i.e. the potential contract term is 5 + 2 + 2 years).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: All criteria and exclusion grounds to be used to short-list Candidates to be Invited to Tender are set out in the tender documents, available to download from the EU Supply portal.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Applicants will be required to complete a pre-qualification Questionnaire and return this electronically via the EU Supply portal by the specified deadline.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: As set out within the Contract documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-05-02 Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2017-06-05
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The contracting authority reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract. Charnwood Borough Council will be providing an opportunity for all interested Service Providers to attend a briefing as set out in the procurement documents. The purpose of this briefing will be to provide an introduction to Charnwood, as well as an overview of the procurement process and the objectives of the procurement exercise.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court of England and Wales
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: High Court of England and Wales
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Charnwood Borough Council will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-03-31