loading
  • GB-WA3 6ZN Warrington
  • 16.06.2017
  • Ausschreibung
  • (ID 2-265643)

Investment Programme 2018 — 2022


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.06.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 7
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Your Housing Group Limited and its current and future subsidiaries (together the Contracting Authority), is a new generation of housing provider. As a registered provider, we own or manage approximately 33,000 properties across the North West, Yorkshire and the Midlands.
    The Contracting Authority and any future group members seek expressions of interest from suitably experienced and qualified Contractors to undertake and deliver their programme of planned refurbishment works across the Group.
    Leistungsumfang
    Work will include:
    Planned maintenance/ improvement work packages to the relevant current British Standards, this includes Boiler, storage heater and full central heating replacements including all associated works.
    Installation, renewal, upgrading, periodic inspection, servicing, testing and maintenance of electrical wiring to current (and revised as appropriate) British Standards;
    All or part of these works will be provided to social dwellings, sheltered schemes and supported and special needs housing (but not limited to) properties owned or managed by the Contracting Authority.
    The Service Provider(s) will be required to provide a customer focused service and show a commitment to providing an effective service that provides value for money to the Contracting Authority and their customers whether tenants or leaseholders.
    The call off contracts will each be in the form of a term partnering contract based on the ACA Standard Form of Contract for Term Partnering 2005 (amended 2008)under which work will be called off using the task order process. In support of this, all Service Providers appointed pursuant to this procurement will become parties to a Framework Alliancing Contract specifically the FAC-1 aimed at the furtherance of the Contracting Authorities aims in procuring these works.
    The programme of works has been divided into two Geographical areas: North & South
    The aim of this tender is to create a Framework Agreement which will be split into 3 Lots:
    Lot 1 — North (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).
    Lot 2 — South (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).
    Lot 3 — Heating and Boiler Replacement (All Areas).
    Potential Service Providers may submit a tender for one or more Lots.
    Whilst the Contracting Authority intend to appoint one Service Provider for each Lot the Contracting Authority also reserve the right to appoint a Service Provider for more than one Lot.
    The Contract will commence in April 2018 in line with Your Housing Group's financial year.
    Adresse des Bauherren UK-WA3 6ZN Warrington
    TED Dokumenten-Nr. 188222-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Warrington: Construction work

      2017/S 096-188222

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Your Housing Group Limited for and on behalf of itself and its current and future subsidiaries
      602 Aston Avenue, Birchwood Park
      Warrington
      WA3 6ZN
      United Kingdom
      Contact person: Stacey Massam
      Telephone: +44 1925593456
      E-mail: 
      MjIwX2BNT1FlGllNX19NWSxlW2FeVFthX1VaU1NeW2FcGk9bGmFX
      NUTS code: UKD

      Internet address(es):

      Main address: www.yourhousinggroup.co.uk

      Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA33473

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.mytenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.mytenders.org
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Housing and community amenities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Investment Programme 2018 — 2022.

       

      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Your Housing Group Limited and its current and future subsidiaries (together the Contracting Authority), is a new generation of housing provider. As a registered provider, we own or manage approximately 33,000 properties across the North West, Yorkshire and the Midlands.

      The Contracting Authority and any future group members seek expressions of interest from suitably experienced and qualified Contractors to undertake and deliver their programme of planned refurbishment works across the Group.

       

      II.1.5)Estimated total value
      Value excluding VAT: 44 523 866.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      North (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental)

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      45300000
      45410000
      45420000
      45432000
      45442180
      45211310
      45421151
      45311000
      71334000
      45331100
      50720000
      45421100
      45421110
      45421112
      45421130
      45421132
      45262640
      45260000
      45262660
      90650000
      45442100
      II.2.3)Place of performance
      NUTS code: UKD
      II.2.4)Description of the procurement:

       

      Work will include:

      Planned maintenance/ improvement work packages to the relevant current British Standards, this includes:

      Complete Kitchens and Bathroom installations including all associated works.

      Installation, renewal, upgrading, periodic inspection, servicing, testing and maintenance of electrical wiring to current (and revised as appropriate) British Standards;

      Boiler, storage heater and full central heating replacements including all associated works to current (and revised as appropriate) British Standards. Works to central heating systems will be carried out under this lot if the kitchen and or bathroom works are required in the same property.

      The provision for environmental works and external works are included within the lot should these be deemed necessary.

      All or part of these works will be provided to social dwellings, sheltered schemes and supported and special needs housing (but not limited to) properties owned or managed by the Contracting Authority.

      The Service Provider(s) will be required to provide a customer focused service and show a commitment to providing an effective service that provides value for money to the Contracting Authority and their customers whether tenants or leaseholders.

      The call off contracts will each be in the form of a term partnering contract based on the ACA Standard Form of Contract for Term Partnering 2005 (amended 2008), under which work will be called off using the task order process. In support of this, all Service Providers appointed pursuant to this procurement will become parties to a Framework Alliancing Contract specifically the FAC-1 aimed at the furtherance of the Contracting Authorities aims in procuring these works.

      The programme of works has been divided into two Geographical areas: North & South

      The aim of this tender is to create a Framework Agreement which will be split into 3 Lots:

      Lot 1 — North (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).

      Lot 2 — South (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).

      Lot 3 — Heating and Boiler Replacement (All Areas).

      Potential Service Providers may submit a tender for one or more Lots.

      Whilst the Contracting Authority intend to appoint one Service Provider for each Lot the Contracting Authority also reserve the right to appoint a Service Provider for more than one Lot.

      The Contract will commence in April 2018 in line with Your Housing Group's financial year.

       

      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: 16 641 696.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Set out in the procurement documentation.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Precise quantities and values are unknown. Whilst it is anticipated that initial expenditure will be in the region of 16 000 000 GBP, this is approximate only and the values will be to such level as those Contracting Authority consider necessary to provide suitable requirements.

       

      II.2)Description
      II.2.1)Title:

       

      South (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45300000
      45410000
      45420000
      45432000
      45442180
      45211310
      45421151
      45311000
      71334000
      45331100
      50720000
      45421100
      45421110
      45421112
      45421130
      45421132
      45262640
      45260000
      45262660
      90650000
      45442100
      II.2.3)Place of performance
      NUTS code: UKD
      II.2.4)Description of the procurement:

       

      Work will include:

      Planned maintenance/ improvement work packages to the relevant current British Standards, this includes Complete Kitchens and Bathroom installations including all associated works.

      Installation, renewal, upgrading, periodic inspection, servicing, testing and maintenance of electrical wiring to current (and revised as appropriate) British Standards;

      Boiler, storage heater and full central heating replacements including all associated works to current (and revised as appropriate) British Standards. Works to central heating systems will be carried out under this lot if the kitchen and or bathroom works are required in the same property.

      The provision for environmental works and external works are included within the lot should these be deemed necessary.

      All or part of these works will be provided to social dwellings, sheltered schemes and supported and special needs housing (but not limited to) properties owned or managed by the Contracting Authority.

      The Service Provider(s) will be required to provide a customer focused service and show a commitment to providing an effective service that provides value for money to the Contracting Authority and their customers whether tenants or leaseholders.

      The call off contracts will each be in the form of a term partnering contract based on the ACA Standard Form of Contract for Term

      Partnering 2005 (amended 2008), under which work will be called off using the task order process. In support of this, all Service Providers appointed pursuant to this procurement will become parties to a Framework Alliancing Contract specifically the FAC-1 aimed at the furtherance of the Contracting Authorities aims in procuring these works.

      The programme of works has been divided into two Geographical areas: North & South.

      The aim of this tender is to create a Framework Agreement which will be split into 3 Lots:

      Lot 1 — North (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).

      Lot 2 — South (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).

      Lot 3 — Heating and Boiler Replacement (All Areas).

      Potential Service Providers may submit a tender for one or more Lots.

      Whilst the Contracting Authority intend to appoint one Service Provider for each Lot the Contracting Authority also reserve the right to appoint a Service Provider for more than one Lot.

      The Contract will commence in April 2018 in line with Your Housing Group's financial year.

       

      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: 11 574 444.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Set out in the procurement documentation.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Precise quantities and values are unknown. Whilst it is anticipated that initial expenditure will be in the region of 11 000 000 GBP, this is approximate only and the values will be to such level as those the Contracting Authority consider necessary to provide suitable requirements.

       

      II.2)Description
      II.2.1)Title:

       

      Heating and Boiler Replacement (All Areas)

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      45331100
      50720000
      71334000
      45311000
      45262660
      90650000
      II.2.3)Place of performance
      NUTS code: UKD
      II.2.4)Description of the procurement:

       

      Work will include:

      Planned maintenance/ improvement work packages to the relevant current British Standards, this includes Boiler, storage heater and full central heating replacements including all associated works.

      Installation, renewal, upgrading, periodic inspection, servicing, testing and maintenance of electrical wiring to current (and revised as appropriate) British Standards;

      All or part of these works will be provided to social dwellings, sheltered schemes and supported and special needs housing (but not limited to) properties owned or managed by the Contracting Authority.

      The Service Provider(s) will be required to provide a customer focused service and show a commitment to providing an effective service that provides value for money to the Contracting Authority and their customers whether tenants or leaseholders.

      The call off contracts will each be in the form of a term partnering contract based on the ACA Standard Form of Contract for Term Partnering 2005 (amended 2008)under which work will be called off using the task order process. In support of this, all Service Providers appointed pursuant to this procurement will become parties to a Framework Alliancing Contract specifically the FAC-1 aimed at the furtherance of the Contracting Authorities aims in procuring these works.

      The programme of works has been divided into two Geographical areas: North & South

      The aim of this tender is to create a Framework Agreement which will be split into 3 Lots:

      Lot 1 — North (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).

      Lot 2 — South (Kitchens, Bathrooms, Heating, Electrical Testing Programme and Environmental).

      Lot 3 — Heating and Boiler Replacement (All Areas).

      Potential Service Providers may submit a tender for one or more Lots.

      Whilst the Contracting Authority intend to appoint one Service Provider for each Lot the Contracting Authority also reserve the right to appoint a Service Provider for more than one Lot.

      The Contract will commence in April 2018 in line with Your Housing Group's financial year.

       

      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: 16 307 725.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Set out in the procurement documentation.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Precise quantities and values are unknown. Whilst it is anticipated that initial expenditure will be in the region of 16 000 000 GBP, this is approximate only and the values will be to such level as those Contracting Authority consider necessary to provide suitable requirements.

       

      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:

       

      Set out in the Selection Questionnaire.

       

      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      Under this contract the Service Provider(s) and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.

      Other conditions of the contract with which the successful Service Provider(s) will be required to comply will be set out in the procurement documentation.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 3
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 16/06/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 03/07/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      The Contracting Authority operates an In House Contractor (IHC) across the group and a Direct Labour Organisation (DLO)in its Moorlands subsidiary.

      A minimum of 8 333 333 GBP of the total anticipated framework value will be allocated to the IHC and DLO throughout the duration of the contract. The Contracting Authority has the aspiration to grow the delivery capacity of the IHC over the contract period and therefore at the Contracting Authority's discretion further works may be allocated to the IHC or DLO. Should the IHC or DLO fail to perform this volume may be added to the successful Service Provider(s) programme.

      During the Framework Agreement, it is anticipated that there may be fluctuations in stock numbers linked to divestment and potential mergers by the Contracting Authority. Known divestment plans have already been removed from this OJEU notice.

      In parallel to this procurement, procedures and systems are being developed to work alongside the investment programme. This will include but not limited to electronic workflow through Keystone Planned Maintenance, Orchard and a new purchase to pay system.

      The Service Provider(s) appointed pursuant to this procurement will observe the terms of any contracts entered pursuant to it, and the Contracting Authority reserves the right to terminate any such contract, or bring to an end any partially complete works package, for failure on the part of a Service Provider to satisfactorily achieve any performance levels or requirements.

      For the avoidance of doubt, the Contracting Authority reserves the absolute right not to call off works or vary volumes detailed in this contract notice for any reason including but not limited to a change of budget allocation by the Board of the Contracting Authority or a re-allocation of works to another Service Provider, including the Contracting Authority's In House Contractor or Direct Labour Organisation.

      Save for any mandatory periods, the timescales indicated in this notice are approximate and the Contracting Authority reserves the right to amend the same.

      Please note: Fully completed and returned selection questionnaires will be used to select those Service Providers invited to the next stage of the process.

      There is no guarantee that any Service Provider will be awarded services under the framework agreement and the Contracting Authority reserves the right not to award all or part of the services only.

      Service Providers shall note that the duration of the framework agreement shall be four years but that call off contracts awarded pursuant to those framework agreements may last longer than the duration of the framework agreements.

      Under the Public Services (Social Value) Act 2012 the contracting authority must consider:

      How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and

      How, in conducting the process of procurement, it might act with a view to securing that improvement.

      Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.

      Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=178090

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (MT Ref:178090).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England and Wales
      Royal Courts of Justice
      London
      WC1A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      High Court of England and Wales
      Royal Courts of Justice
      London
      WC1A 2LL
      United Kingdom
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Contracting Authority 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.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      VI.5)Date of dispatch of this notice:
      16/05/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 19.05.2017
Zuletzt aktualisiert 19.05.2017
Wettbewerbs-ID 2-265643 Status Kostenpflichtig
Seitenaufrufe 46