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

Capital Works within the County Council's Owned Housing Stock.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Durham County Council
Corporate Procurement, County Hall
For the attention of: Richard Carroll
DH1 5UL Durham
UNITED KINGDOM
E-mail:

Internet address(es):

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

East Durham Homes
2 Meridian Court, Whitehouse Business Park, Peterlee, County Durham
SR8 2RQ Peterlee
UNITED KINGDOM

Dale and Valley Homes
Dale and Valley House, 27 Longfield Road, South Church Enterprise Park, Bishop Auckland, County Durham
DL14 6XB Bishop Auckland
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Capital Works within the County Council's Owned Housing Stock.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKC14

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
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 75 000 000,00 and 160 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
The proposed Framework Agreement includes, but is not limited to, the delivery of major capital works (whole house modernisation schemes and component replacements). The Framework is required for Durham County Council's Housing Stock and may be utilised by East Durham Homes, Dale and Valley Homes and City of Durham Homes or any successor body or bodies responsible for delivering the services identified in this contract notice to the Council.
The services are to include an internal programme of works to properties which could include central heating renewal, electrical rewires, bathroom replacement, kitchen replacement, aids and adaptations requiring component replacement, works within communal areas of low rise flat blocks, major capital works within void properties, asbestos removal associated with the programme.
Also an external programme of works to include roofing, chimney and roofline works, repairs to the external envelope of the property including treatment to masonry, insulation work including loft and cavity wall insulation, insulation involving external cladding to solid walls, aids and adaptations including ramps and other access improvements, environmental work including fencing, paths, and driveways.
Please Note: The description provided above is not exhaustive and may be subject to change; a full schedule of works and appropriate specifications for the Works and work elements will be issued to shortlisted bidders as part of the Invitation to Tender pack (ITT).
II.1.6)Common procurement vocabulary (CPV)

45300000, 45200000, 45400000, 90650000

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: 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:
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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
Further details will be set out in the tender documents, if relevant.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require groupings of service providers to take a particular legal form or to require a single provider to take primary liability or to require each party to undertake joint and several liability, if relevant. Further details will be set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
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: In accordance with Articles 45-50 of Directive 2004/18/EC and Regulations 23-29 of the Public Contract Regulations 2006 and as set out in the Pre Qualification Questionnaire (PQQ) available from the NEPO Portal as detailed in VI.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contract Regulations 2006 and as set out in the Pre Qualification Questionnaire (PQQ) available from the NEPO Portal as detailed in Section VI.3.
Minimum level(s) of standards possibly required: 1. Public Liability 10 000 000 GBP
2. Employers Liability 10 000 000 GBP
3. Professional Indemnity 5 000 000 GBP
Bidders must also achieve a minumum turnover level of 40 000 000 GBP and will undergo a further credit assessment (full details in the PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48-50 of Directive 2004/18/EC and Regulation 25 of the Public Contract Regulations 2006 and as set out in the Pre Qualification Questionnaire (PQQ) available from the NEPO portal as detailed in section VI.3.
Minimum level(s) of standards possibly required:
Bidders must successfully pass parts A-F of the PQQ, in line with the evaluation criteria listed. Parts A-F of the PQQ include; financial assessment; grounds for exclusion; insurance; health and safety; equality and diversity; and essential criteria.
The Council intends to invite a maximum of 6 bidders to tender on condition that each of the 6 bidders pass Sections A-F and achieve a final minimum score of 60 % or more in Section G (Technical Questions).
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 number of operators: 6
Objective criteria for choosing the limited number of candidates: In accordance with the Public Contract Regulations 2006 and as outlined in the Pre Qualification Questionnaire (PQQ).
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:
QTLE-8XWJPL
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: 5.10.2012 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.10.2012 - 16:00
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 tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information

The Pre Qualification Questionnaire (PQQ) is available for download via www.nepoportal.org. Access the Supplier area, select Durham and input QTLE-8XWJPL.

It is envisaged that the number of operators invited to tender will be 6.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a standstill period when the contract award decision is communicated to bidders. That notification will provide full information on the award decision. The standstill period which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Contract Regulations 2006 (SI 2006 No 5) (as amended) provide the 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
7.9.2012