loading
  • GB-M2 5ND Manchester
  • 17.07.2017
  • Ausschreibung
  • (ID 2-268776)

Repairs & Maintenance, Voids and Planned Works


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    Arcon Housing Association (Arcon) was formed in 1972 and has built and acquired over 1 200 properties over 45 years. The majority of properties are located within the Greater Manchester area, however, services will also be required in Cheshire, Lancashire, Derbyshire and surrounding areas to meet the needs of Arcon.
    Arcon is seeking bids from appropriately skilled and experienced contractors to provide repairs & maintenance, voids and planned works across multiple Arcon sites.
    The outcome of the tender process will be a single contract with one contractor. The contract will be an initial 3 years with 3 options to extend by a further 3 years (36 months), up to a maximum 12 years total contract term (3+3+3+3), subject to Arcon requirements and the performance of the successful contractor. The anticipated commencement date is estimated to be during September 2017.
    Leistungsumfang
    The estimated value is approximately 508 000 - 588 000 GBP per annum excluding VAT, up to a total contract value over the life of the contract of approximately 6 096 000 - 7 056 000 GBP; however this is an estimate only. This is for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with the successful contractor.
    Services initially required under the contract are expected to include all repairs and maintenance across a variety of property types, (including an out of hours emergency provision) and voids works from contract commencement. Planned works, comprising mainly of kitchen and bathroom installations, will begin April 2018. Periodic electrical inspections and subsequent remedial works may also be required during the life of the contract.
    The contract will be available to Arcon and all subsidiaries both current and future.
    Full details of the required service and specification can be found within the tender documentation.
    Adresse des Bauherren UK-M2 5ND Manchester
    TED Dokumenten-Nr. 231831-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Manchester: Repair and maintenance services of building installations

      2017/S 115-231831

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Arcon Housing Association
      12 Lloyd Street
      Manchester
      M2 5ND
      United Kingdom
      Contact person: Claire Paton
      E-mail: MjIwYFFaUFFeXyxPVV5eYV9cYV5PVE1fVVpTGk9bGmFX
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.arcon.org.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.cirruspurchasing.co.uk/TDocs/AHRMVPbIzT2/4j1ti07zd
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.cirruspurchasing.co.uk/TDocs/AHRMVPbIzT2/4j1ti07zd
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      Repairs & Maintenance, Voids and Planned Works

       

      II.1.2)Main CPV code
      50700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Arcon Housing Association (Arcon) was formed in 1972 and has built and acquired over 1 200 properties over 45 years. The majority of properties are located within the Greater Manchester area, however, services will also be required in Cheshire, Lancashire, Derbyshire and surrounding areas to meet the needs of Arcon.

      Arcon is seeking bids from appropriately skilled and experienced contractors to provide repairs & maintenance, voids and planned works across multiple Arcon sites.

      The outcome of the tender process will be a single contract with one contractor. The contract will be an initial 3 years with 3 options to extend by a further 3 years (36 months), up to a maximum 12 years total contract term (3+3+3+3), subject to Arcon requirements and the performance of the successful contractor. The anticipated commencement date is estimated to be during September 2017.

       

      II.1.5)Estimated total value
      Value excluding VAT: 7 056 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      45111213
      45211310
      45261920
      45300000
      71631300
      77314000
      90910000
      98395000
      45421151
      II.2.3)Place of performance
      NUTS code: UKD
      NUTS code: UKF1
      Main site or place of performance:

       

      The majority of properties are in the Greater Manchester area, however, services will also be required in Cheshire, Lancashire, Derbyshire and surrounding areas to meet the needs of Arcon.

       

      II.2.4)Description of the procurement:

       

      The estimated value is approximately 508 000 - 588 000 GBP per annum excluding VAT, up to a total contract value over the life of the contract of approximately 6 096 000 - 7 056 000 GBP; however this is an estimate only. This is for information only, and no guarantees are given, nor are implied as to the value or quantity of business that will be placed with the successful contractor.

      Services initially required under the contract are expected to include all repairs and maintenance across a variety of property types, (including an out of hours emergency provision) and voids works from contract commencement. Planned works, comprising mainly of kitchen and bathroom installations, will begin April 2018. Periodic electrical inspections and subsequent remedial works may also be required during the life of the contract.

      The contract will be available to Arcon and all subsidiaries both current and future.

      Full details of the required service and specification can be found within the tender documentation.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 144
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The contract will be an initial 3 years with 3 options to extend by a further 3 years (36 months), up to a maximum 12 years total contract term (3+3+3+3), subject to Arcon requirements and the performance of the successful contractor.

       

      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

       

      Submissions are to be submitted through the Cirrus Purchasing eTender system only.

       

      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:

       

      Any supplier may be disqualified who has been convicted of:

      (a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

      (b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);

      (c) the common law offence of bribery;

      (d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);

      (e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):—

      (i) the common law offence of cheating the Revenue;

      (ii) the common law offence of conspiracy to defraud;

      (iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);

      (iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);

      (v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);

      (vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);

      (vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);

      (viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or

      (ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;

      (f) any offence listed—

      (i) in section 41 of the Counter Terrorism Act 2008(a); or

      (ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;

      (g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);

      (h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

      (i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);

      (j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);

      (k) an offence under section 59A of the Sexual Offences Act 2003(g);

      (l) an offence under section 71 of the Coroners and Justice Act 2009(h);

      (m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

      (n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive—

      (i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or

      (ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

       

      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.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As per the tender 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
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      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: no
      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: 17/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 17/07/2017
      Local time: 12:01
      Information about authorised persons and opening procedure:

       

      Arcon staff members and their authorised agents only.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      36, 72, 108 or 144 months dependent on contract performance and ongoing needs of Arcon Housing Association.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Royal Courts of Justice
      The Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this contract notice. The Public Contracts Regulations 2015 #102 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).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      15/06/2017
    © 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 19.06.2017
Zuletzt aktualisiert 19.06.2017
Wettbewerbs-ID 2-268776 Status Kostenpflichtig
Seitenaufrufe 39