Business NewsTenders

UK-Portsmouth: Building alteration work

Official EU reference: 343759-2014

Procurer reference: HaPS/419576/AMS300/W/14/T

Published on: 10/10/2014

Deadline date:07/11/2014

Location where the contract is to be carried out: Portsmouth

Name of the buying organisation: PORTSMOUTH CITY COUNCIL

Summary of the contract
Sheltered Housing Alterations and Refurbishment Projects 2014/15 — Connors
Keep and St Clare’s Court.
Portsmouth City Council — the ‘Council’ — is seeking expressions of
interest from suitably qualified and experienced contractors to undertake
alteration and refurbishment works at the Connors Keep and St Clare’s
Court sheltered housing schemes. The estimated contract value for each of
the schemes is in the range of 1 150 000 GBP — 1 250 000 GBP
The Council is targeting to have awarded contracts by 27.1.2015 with
subsequent target work commencement dates of 26th February 2015 for
Connors Keep and 26.3.2015 for St Clare’s Court, however works must
commence for both schemes no later than April 2015. The Council’s target
date for completion of the works is 22.1.2016 for Connors Keep and
19.2.2016 for St Clare’s Court, however works for both schemes must be
complete by March 2016.
Tenders will be invited for each of the schemes individually and on a
combined bid basis via the use of Lot options. The Council will award the
contracts on the basis of the most economically advantageous award option
available to the Council.
Short-listed contractors with a turnover figure of approximately of 2 500
000 GBP reported within their latest audited accounts will be invited to
tender for both schemes individually but can only be awarded a contract
for one of the schemes and will not be invited to submit a combined bid.
Only short-listed contractors with a turnover of approximately 5 000 000
GBP may be awarded both contracts and be given the option of submitting a
combined bid tender.
Interested contractors must complete and return a pre-qualification
questionnaire and supporting documentation by 7.11.2014 14:00. The
deadline for submission of requests for clarification is 31.10.2014 23:59.
The pre-qualification questionnaire and supporting documentation can be
obtained from the Council’s InTend e-sourcing solution which can be
accessed from the following web address:
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Following evaluation of the pre-qualification questionnaire submissions
the Council will place the 5 highest scoring contractors onto the
short-list of contractors who will be invited to tender. Contractors who
achieve a score within 3 % of the contractor ranked 5th may also be
invited to tender.
The Council reserves the right to invite further tenders from this
contractor short-list to be let over the next 24 months, from formulation
of the short-list, for contracts of a similar size and scope to those
being tendered under this procurement exercise. The total maximum
aggregate value of contracts that may be let over the 24 month period will
be 4 000 000 GBP inclusive of the higher combined 2 500 000 GBP estimated
value for completion of the Connors Keep and St Clare’s schemes.
The Council’s target date for issue of tender documentation to the
short-listed contractors is 17.11.2014 with the envisaged tender return
deadline following on 18.12.2014 14:00.
CPV: 45262700, 45453100, 45311000, 45317000, 45331110, 45332400, 45332200,
45430000, 45451000.

Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Portsmouth City Council
Procurement Service, Floor 1 Core 5, Civic Offices, Guildhall Square
Contact point(s): Procurement Service
For the attention of: Edward Baah-Owusu — Procurement Professional
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail: [email protected]
Fax: +44 2392834996
Internet address(es):
General address of the contracting authority:
https://www.portsmouth.gov.uk/ext/business/procurement/contract-opportunities-with-us.aspx
Further information can be obtained from: Portsmouth City Council
Floor 1 Core 5 Civic Offices, Guildhall Square
Contact point(s): Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail: [email protected]
Internet address: http://in-tendhost.co.uk/portsmouthcc/
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Portsmouth City Council
Floor 1 Core 5 Civic Offices, Guildhall Square
Contact point(s): Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail: [email protected]
Internet address: http://in-tendhost.co.uk/portsmouthcc
Tenders or requests to participate must be sent to: Portsmouth City
Council
Floor 1 Core 5 Civic Offices, Guildhall Square
Contact point(s): Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
E-mail: [email protected]
Internet address: http://in-tendhost.co.uk/portsmouthcc/
I.2) Type of the contracting authority
Regional or local authority
I.3) Main activity
General public services
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:
Sheltered Housing Alterations and Refurbishment Projects 2014/15 — Connors
Keep and St Clare’s Court.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
NUTS code UKJ31
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Portsmouth City Council — the ‘Council’ — is seeking expressions of
interest from suitably qualified and experienced contractors to undertake
alteration and refurbishment works at the Connors Keep and St Clare’s
Court sheltered housing schemes. The estimated contract value for each of
the schemes is in the range of 1 150 000 GBP — 1 250 000 GBP
The Council is targeting to have awarded contracts by 27.1.2015 with
subsequent target work commencement dates of 26th February 2015 for
Connors Keep and 26.3.2015 for St Clare’s Court, however works must
commence for both schemes no later than April 2015. The Council’s target
date for completion of the works is 22.1.2016 for Connors Keep and
19.2.2016 for St Clare’s Court, however works for both schemes must be
complete by March 2016.
Tenders will be invited for each of the schemes individually and on a
combined bid basis via the use of Lot options. The Council will award the
contracts on the basis of the most economically advantageous award option
available to the Council.
Short-listed contractors with a turnover figure of approximately of 2 500
000 GBP reported within their latest audited accounts will be invited to
tender for both schemes individually but can only be awarded a contract
for one of the schemes and will not be invited to submit a combined bid.
Only short-listed contractors with a turnover of approximately 5 000 000
GBP may be awarded both contracts and be given the option of submitting a
combined bid tender.
Interested contractors must complete and return a pre-qualification
questionnaire and supporting documentation by 7.11.2014 14:00. The
deadline for submission of requests for clarification is 31.10.2014 23:59.
The pre-qualification questionnaire and supporting documentation can be
obtained from the Council’s InTend e-sourcing solution which can be
accessed from the following web address:
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Following evaluation of the pre-qualification questionnaire submissions
the Council will place the 5 highest scoring contractors onto the
short-list of contractors who will be invited to tender. Contractors who
achieve a score within 3 % of the contractor ranked 5th may also be
invited to tender.
The Council reserves the right to invite further tenders from this
contractor short-list to be let over the next 24 months, from formulation
of the short-list, for contracts of a similar size and scope to those
being tendered under this procurement exercise. The total maximum
aggregate value of contracts that may be let over the 24 month period will
be 4 000 000 GBP inclusive of the higher combined 2 500 000 GBP estimated
value for completion of the Connors Keep and St Clare’s schemes.
The Council’s target date for issue of tender documentation to the
short-listed contractors is 17.11.2014 with the envisaged tender return
deadline following on 18.12.2014 14:00.
II.1.6) Common procurement vocabulary (CPV)
45262700, 45453100, 45311000, 45317000, 45331110, 45332400, 45332200,
45430000, 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:
Connors Keep and St Clare’s Court are category 2 sheltered housing schemes
which provide accommodation for the elderly and vulnerable. Each scheme
houses 44 flats, comprising 33 bed-sits, 9 one-bedroom flats and 2
two-bedroom flats. Connors Keep is located within the Wecock Farm social
housing estate in Waterlooville and St Clare’s Court is located within the
Leigh Park social housing estate in Havant.
The Council’s Housing & Property Services department in collaboration with
Adult Social Care, Health and other agencies provide support and care to
the residents on a 24/7 basis. The level of support provided varies in
relation to the needs of individual residents.
The scope of works required for each of the schemes comprises of reducing
the number of flats in each location to from 44 to 31 in order to provide
modern and spacious accommodation. Completion of the works will bring the
accommodation up to market expectations, reduce numbers of empty
properties and improve long term viability of the schemes.
Works will be undertaken at each of the schemes on a sectional completion
basis comprising six consecutive sections of eight weeks. At the beginning
of each section the contractor will be required to decant the affected
residents to empty properties located within in the scheme and
subsequently relocate residents into the refurbished flats on completion
of each section. The contractor will be responsible for the removal and
relocation of all of the resident furniture, possessions, clothing, etc.
The JCT Intermediate form of contract with contractors design portions
will be used to let both schemes. Both schemes will be fully designed
except for mechanical and electrical services installation. The Council
will provide performance specifications for these elements to the
short-listed contractors within the tender pack which will then be fully
designed and installed by the successful contractor or their specialist
sub-contractor.
For each scheme the scope of works within each flat will include, but not
be limited to, the following:
— The removal of all existing internal partitions, kitchens, bathrooms,
WC’s, night storage heating and all services.
— The installation of new internal partitions, new wet rooms, complete
re-wiring and new gas fired Low Pressure Hot Water heating and hot water
systems including alteration and adaptation of all specialist services in
conjunction with these works.
— In addition, structural alterations will be undertaken to form openings
between existing flats to form the enlarged accommodation and improve
accessibility at each flat entrance and elsewhere as directed.
— Replacement flooring, wall finishes and Light Emitting-Diode lighting
will also be installed throughout the common parts as work proceeds and
any other associated works.
Estimated value excluding VAT:
Range: between 2 300 000 and 2 500 000 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
Starting 26.2.2015. Completion 19.2.2016
Information about lots
Lot No: 1
Lot title: Lot 1 — Sheltered Housing Alterations and Refurbishment
Projects 2014/15 — Connors Keep
1) Short description
See Section II.1.5).
2) Common procurement vocabulary (CPV)
45262700, 45453100, 45311000, 45317000, 45331110, 45332400, 45332200,
45430000, 45451000
3) Quantity or scope
See Section II.2)
Estimated value excluding VAT:
Range: between 1 150 000 and 1 250 000 GBP
4) Indication about different date for duration of contract or
starting/completion
Starting 26.2.2015. Completion 22.1.2016
5) Additional information about lots
Tenders will be invited for each of the schemes individually and on a
combined bid basis via the use of Lot options. The Council will award the
contracts on the basis of the most economically advantageous award option
available to the Council.
Short-listed contractors with a turnover figure of approximately of 2 500
000 GBP reported within their latest audited accounts will be invited to
tender for both schemes individually but can only be awarded a contract
for one of the schemes and will not be invited to submit a combined bid.
Only short-listed contractors with a turnover of approximately 5 000 000
GBP may be awarded both contracts and be given the option of submitting a
combined bid tender.
Lot No: 2
Lot title: Lot 2 — Sheltered Housing Alterations and Refurbishment
Projects 2014/15 — St Clare’s Court
1) Short description
See Section II.1.5).
2) Common procurement vocabulary (CPV)
45262700, 45453100, 45311000, 45317000, 45331110, 45332400, 45332200,
45430000, 45451000
3) Quantity or scope
See Section II.2)
Estimated value excluding VAT:
Range: between 1 150 000 and 1 250 000 GBP
4) Indication about different date for duration of contract or
starting/completion
Starting 25.3.2015. Completion 19.2.2016
5) Additional information about lots
Tenders will be invited for each of the schemes individually and on a
combined bid basis via the use of Lot options. The Council will award the
contracts on the basis of the most economically advantageous award option
available to the Council.
Short-listed contractors with a turnover figure of approximately of 2 500
000 GBP reported within their latest audited accounts will be invited to
tender for both schemes individually but can only be awarded a contract
for one of the schemes and will not be invited to submit a combined bid.
Only short-listed contractors with a turnover of approximately 5 000 000
GBP may be awarded both contracts and be given the option of submitting a
combined bid tender.
Lot No: 3
Lot title: Lot 3 — Sheltered Housing Alterations and Refurbishment
Projects 2014/15 — Connors Keep and St Clare’s Court Combined Bid
1) Short description
See Section II.1.5).
2) Common procurement vocabulary (CPV)
45262700, 45453100, 45311000, 45317000, 45331110, 45332400, 45332200,
45430000, 45451000
3) Quantity or scope
See Section II.2)
Estimated value excluding VAT:
Range: between 2 300 000 and 2 500 000 GBP
4) Indication about different date for duration of contract or
starting/completion
Starting 26.2.2015. Completion 19.2.2016
5) Additional information about lots
Tenders will be invited for each of the schemes individually and on a
combined bid basis via the use of Lot options. The Council will award the
contracts on the basis of the most economically advantageous award option
available to the Council.
Short-listed contractors with a turnover figure of approximately of 2 500
000 GBP reported within their latest audited accounts will be invited to
tender for both schemes individually but can only be awarded a contract
for one of the schemes and will not be invited to submit a combined bid.
Only short-listed contractors with a turnover of approximately 5 000 000
GBP may be awarded both contracts and be given the option of submitting a
combined bid tender.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
As defined within the pre-qualification questionnaire which can be
obtained via https://in-tendhost.co.uk/portsmouthcc/
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
As defined within the pre-qualification questionnaire which can be
obtained via https://in-tendhost.co.uk/portsmouthcc/
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
As defined within the pre-qualification questionnaire which can be
obtained via https://in-tendhost.co.uk/portsmouthcc/
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: As defined within the pre-qualification questionnaire which can
be obtained via https://in-tendhost.co.uk/portsmouthcc/
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: As defined within the pre-qualification questionnaire which can
be obtained via https://in-tendhost.co.uk/portsmouthcc/
Minimum level(s) of standards possibly required: As defined within the
pre-qualification questionnaire which can be obtained via
https://in-tendhost.co.uk/portsmouthcc/
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
As defined within the pre-qualification questionnaire which can be
obtained via https://in-tendhost.co.uk/portsmouthcc/
Minimum level(s) of standards possibly required:
As defined within the pre-qualification questionnaire which can be
obtained via https://in-tendhost.co.uk/portsmouthcc/
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: 5
Objective criteria for choosing the limited number of candidates: As
defined within the pre-qualification questionnaire which can be obtained
via https://in-tendhost.co.uk/portsmouthcc/
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:
HaPS/419576/AMS300/W/14/T
IV.3.2) Previous publication(s) concerning the same contract
no
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: 7.11.2014 – 14:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
7.11.2014 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
17.11.2014
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 contract is classified as a works contract within the Public Contracts
Regulations (2006) as amended (2009) which falls below the value threshold
for compulsory issue of a Contract Notice within the Official Journal of
the European Union (OJEU). The Council has chosen to advertise within OJEU
voluntarily, in accordance with the spirit of the EU public procurement
regime and to conduct the procurement process in an open and fair manner
so as to increase competition. The submission of this notice and any
subsequent advertisement of the contract is not an indication that the
Council considers itself bound by the provisions in the Regulations that
are applicable only to above threshold Part A service contracts, supplies
contracts and works.
VI.5) Date of dispatch of this notice:
8.10.2014

Classification of the contract
45262700 Building alteration work
45453100 Refurbishment work
45311000 Electrical wiring and fitting work
45317000 Other electrical installation work
45331110 Boiler installation work
45332400 Sanitary fixture installation work
45332200 Water plumbing work
45430000 Floor and wall covering work
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