UK-Salford: Building alteration tender
United Kingdom-Salford: Building alteration tender
Official EU reference: 19975-2014
Published on: 21/01/2014
Deadline date:03/03/2014
Location where the contract is to be carried out: North West
Name of the buying organisation: SALFORD CITY COUNCIL
Summary of the contract
Minor Building Works and Responsive Repairs Framework Agreement.
Building alteration work. Building construction work. Building extension
work. Building installation work. Repair and maintenance services of
building installations. Minor building works, including but not limited to
the following types of works, new build, general refurbishment,building
extensions, remodelling of builidings.Typically works include general
builiding, painting, flooring, ceiling, plastering, mechanical and
electrical, joinery, brickwork repairs. The framework will include day to
day repairs and maintenance to premises includng all trades. This
framework does not include specialist trades, Salford City Council intends
to advertise this requirement under a different notice.
CPV: 45262700, 45210000, 45262800, 45300000, 50700000.
Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Salford City Council
Unity House, Chorley Road
M27 5AW Salford
UNITED KINGDOM
Telephone: +44 1616866295
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: www.salford.gov.uk
Address of the buyer profile: www.salford.gov.uk
Electronic access to information: www.the-chest.org.uk
Electronic submission of tenders and requests to participate:
www.the-chest.org.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
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
The Association of Greater Manchester Authorities —
http://www.agma.gov.uk/agma/authorities/index.html
All Authorities address can be found on the site above.
Trafford
UNITED KINGDOM
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Minor Building Works and Responsive Repairs Framework Agreement.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Execution
NUTS code UKD
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
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 12 000 000 and 35 000 000 GBP
II.1.5) Short description of the contract or purchase(s)
Building alteration work. Building construction work. Building extension
work. Building installation work. Repair and maintenance services of
building installations. Minor building works, including but not limited to
the following types of works, new build, general refurbishment,building
extensions, remodelling of builidings.Typically works include general
builiding, painting, flooring, ceiling, plastering, mechanical and
electrical, joinery, brickwork repairs. The framework will include day to
day repairs and maintenance to premises includng all trades. This
framework does not include specialist trades, Salford City Council intends
to advertise this requirement under a different notice.
II.1.6) Common procurement vocabulary (CPV)
45262700, 45210000, 45262800, 45300000, 50700000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Minor building works, including but not limited to the following types of
works, new build, general refurbishment,building extensions, remodelling
of builidings. Typically works include general builiding, painting,
flooring, ceiling, plastering, mechanical and electrical, joinery,
brickwork repairs. The framework will include day to day repairs and
maintenance to premises includng all trades. This framework does not
include specialist trades, Salford City Council intends to advertise this
requirement under a different notice.
Estimated value excluding VAT:
Range: between 12 000 000 and 25 000 000 GBP
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
Information about lots
Lot No: 1
Lot title: Minor Building works
1) Short description
Minor building works, including but not limited to the following types of
works, new build, general refurbishment, building extensions, remodelling
of builidings. Typically works include general builiding, painting,
flooring, ceiling, plastering, mechanical and electrical, joinery,
brickwork repairs. The scope of value of projects is works up to a 1 000
000 GBP threshold.
2) Common procurement vocabulary (CPV)
45210000, 45453100, 45262700, 45262800, 45300000
3) Quantity or scope
Minor building works, including but not limited to the following types of
works, new build, general refurbishment,building extensions, remodelling
of builidings.Typically works include general builiding, painting,
flooring, ceiling, plastering, mechanical and electrical, joinery,
brickwork repairs. The scope of value of projects is works up to a 1 000
000 GBP threshold.
Estimated value excluding VAT:
Range: between 10 000 000 and 31 000 000 GBP
5) Additional information about lots
Lot 1 is subdivided into 3 based upon value of projects, low value works
value between 0-150 000 GBP, Medium value works 150 000 GBP to 500 000
GBP and high value works 500 000 GBP to 1 000 000 GBP.
Lot No: 2
Lot title: Responsive Repairs and Maintenance to Premises
1) Short description
Day to day responsive repairs, including emergency and out of hours
repairs to council properties and various premises. The works typically
include all trades.
2) Common procurement vocabulary (CPV)
50000000, 50700000
3) Quantity or scope
Day to day responsive repairs, including emergency and out of hours
repairs to council properties and various premises. The works typically
include all trades. This is an adhoc service and therefore the annual
requirement is subject to fluctuation, the council estimated annual value
for responsive repairs is approximately 500 000 GBP. The scope of works
covers projects with a value between 0-100 000 GBP.
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 GBP
5) Additional information about lots
Day to day responsive repairs, including emergency and out of hours
repairs to council properties and various premises. The works typically
include all trades. This is an adhoc service and therefore the annual
requirement is subject to fluctuation, the council estimated annual value
for responsive repairs is approximately 500 000 GBP. The scope of works
covers projects with a value between 0-100 000 GBP.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
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: The Authority will apply all the offences listed in Article 45(1)
of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public
Contract Regulations (PCR) 2006 in the UK) and all of the professional
misconducts listed at Article 45(2) of Directive 2004/18/EC (see also
Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate
is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the
qualification process. For candidates who are registered overseas, you
will need to declare if you have any offences/misconduct under your own
countries laws, where these laws are equivalent to the Regulation 23
lists.
Candidates who have been convicted of any of the offences under Article
45(1) are ineligible and will not be selected to bid, unless there are
overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or
misconduct under Article 45(2) may be excluded from being selected to bid
at the discretion of the Authority.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (a) Appropriate statements from banks or, where appropriate,
evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established.
(c) A statement of the undertaking’s overall turnover and, where
appropriate, of turnover in the area covered by the contract for a maximum
of the last 3 financial years available, depending on the date on which
the undertaking was set up or the economic operator started trading, as
far as the information on these turnovers is available.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
(a) a list of the works carried out over the past five years, accompanied
by certificates of satisfactory execution for the most important works.
These certificates shall indicate the value, date and site of the works
and shall specify whether they were carried out according to the rules of
the trade and properly completed. Where appropriate, the competent
authority shall submit these certificates to the contracting authority
direct.
(c) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator’s undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work.
(f) The educational and professional qualifications of the service
provider or contractor and/or those of the undertaking’s managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in
appropriate cases, an indication of the environmental management measures
that the economic operator will be able to apply when performing the
contract.
(h) A statement of the average annual manpower of the service provider or
contractor and the number of managerial staff for the last 3 years.
(i) A statement of the tools, plant or technical equipment available to
the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services
provider intends possibly to subcontract.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Open
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.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
3.3.2014 – 14:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Date: 3.3.2014 – 14:00
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 contracting authority considers that this contract may be suitable for
economic operators that are small or medium enterprises (SMEs). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of the
most economically advantageous tender.Salford City Council is committed to
maximising employment opportunities, reducing worklessness (long term
unemployment) and the wider regeneration of the communities that it
serves. Accordingly, the contract performance conditions will include the
extent to which contractors are able to contribute to these objectives.
The initial framework period is for two years with a possible two year
extension subject to annual reveiw. The following public sector
authorities and partners of Salford City Council will be eligible to
utilise this Framework Agreement at anytime during the period of 4 years
from commencement: Any member of the Association of Greater Manchester
Authorities (AGMA) http://www.agma.gov.uk/, The AGMA members
www.agma.gov.uk include Manchester City Council, Salford City Council,
Bury Council, Oldham Council, Rochdale Council, Stockport Council,
Trafford Council, Bolton Council, Tameside MBC, Wigan Council, Blackburn
and Darwin Council, Blackpool Council, Cheshire East, Warrington Council,
Salix Homes, CityWest Housing Trust, Office of the Police and Crime
Commissioner for Greater Manchester.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=82646187.
GO Reference: GO-2014117-PRO-5397395.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Salford City Council
Unity House, Civic Campus, Chorley Road
M27 6AW Swinton
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1616866259
VI.5) Date of dispatch of this notice:
17.1.2014
Classification of the contract
45262700 Building alteration work
45210000 Building construction work
45262800 Building extension work
45300000 Building installation work
50700000 Repair and maintenance services of building installations
45453100 Refurbishment work
50000000 Repair and maintenance services