By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

T155 - Warwick Low Rise Internal and External Repairs and Maintenance Works.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Westminster City Council
64 Victoria Street
For the attention of: Sohail Khan
SW1E 6QP London
United Kingdom
Telephone: +44 2072452033
E-mail:

Internet address(es):

General address of the contracting authority: http://www.westminster.gov.uk

Electronic submission of tenders and requests to participate: www.capitalesourcing.com

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: CapitaleSourcing
CityWest Homes Ltd
Contact point(s): Sohail Khan of CityWest Homes Ltd
For the attention of: Sohail Khan
London
United Kingdom
E-mail:
Internet address: www.capitalesourcing.com

Tenders or requests to participate must be sent to: CapitaleSourcing
CityWest Homes Ltd
London
United Kingdom
Internet address: www.capitalesourcing.com

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Housing and community amenities
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:
T155 - Warwick Low Rise Internal and External Repairs and Maintenance Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: T155 - Warwick Low Rise
Property List
10-76 Bourne Terrace, Westbourne Green, London, W2 6PP.
100-106 Bourne Terrace, Westbourne Green, London, W2 5TH.
17-157 Bourne Terrace, Westbourne Green, London, W2 6PB.
161-233 Bourne Terrace, Westbourne Green, London, W2 5TP.
2-32 Senior Street, Westbourne Green, London, W2 5TJ.
34-80 Senior Street, Westbourne Green, London, W2 5TJ.
14-99 Atherstone Court, Delamere Street, Little Venice, London, W2 6PH.
100-128 Atherstone Court, Delamere Street, Little Venice, London, W2 6PF.
129-142 Atherstone Court, Lord Hills Road, Little Venice, London, W2 6PT.
1-30 Oldbury House, Harrow Road, Westbourne Green, London, W2 5HA.
Flat 9 - 65 Warwick Crescent, Little Venice, London, W2 6NE.
Desborough Close, W2 6PQ.

NUTS code UKI11,UKI1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Internal and External repairs and cyclical works, roof replacement, window repairs, asphalt repairs and replacements. Redecoration and renewal of floor coverings to communal areas. FRA works.
II.1.6)Common procurement vocabulary (CPV)

44110000, 50800000, 45000000, 45232452, 45320000, 45410000, 45432100, 45261320, 45333100, 45262330, 45310000, 45422100, 45261900, 45343100, 45400000, 45421160, 45343000, 45442100, 45261310, 45262640, 45262321, 45262100, 45261410, 45262660, 45453100, 45262900, 45451000, 45261215

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: no
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:
Estimated value excluding VAT:
Range: between 5 700 000 and 5 850 000 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
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Requirements will be set out in the Invitation to Tender documentation and may include Parent Company Guarantee, Collateral Warranties and Performance Bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall be made in accordance with the stated clauses in the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. Should the successful tenderer be a consortium of companies, the lead partner will be responsible for completing the commission on behalf of the consortium and all payments will be made to the lead partner for services rendered by the consortium.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As stated in the PQQ and ITT documentation.
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 per the Pre Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required: Contractors must have turnover 2 times the value of the contract.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As per the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 minimum number 5: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
T155
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
19.8.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders

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

This tendering opportunity is being procured through the electronic tendering system called CapitalESourcing (www.capitalesourcing.com). Interested contractors will need to register an interest (completing the PQQ) on CapitalESourcing in order to participate. Registration is free.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The High Court
The Royal Courts of Justice, The Strand
WC2A 2LL London
United Kingdom
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: As set out in the UK's Public Contract Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.7.2016