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

Framework Agreement for Housing Construction Works.

CONTRACT NOTICE

Works

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

London Borough of Barking and Dagenham
Civic Centre, 1st Floor Annexe
Attn: Stephen Howells
RM10 7BN Dagenham
UNITED KINGDOM
Tel. +44 2082272088
E-mail:

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
General public services
Environment
Housing and community amenities
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Framework Agreement for Housing Construction Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works The London Borough of Barking and Dagenham and potentially the London Boroughs of Redbridge, Havering, Newham and Tower Hamlets who work collaboratively as East London Solutions.

NUTS code UKI21

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 4
Duration of the framework agreement: Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Council is looking to appoint a number of MAIN CONTRACTORS to a proposed framework to deliver various elements of housing construction works.
Contractors appointed to the Housing Construction Works Framework will be expected to be capable of carrying out a range of works including large scale refurbishment projects, backlog decent homes work and similar projects in occupied premises.
It is also expected that there will be a programme of new homes building and potential contractors would be expected to be able to demonstrate experience of this.
The Council is looking to engage contractors who are willing to work with the Council to investigate alternative funding sources. Essentially this alternative financing would be required to plug a disparity between the available resources and the requirements of the housing investment programme through a form of forward funding that could supplement the mainstream capital programme until surplus funds are available after year five of the planned investment programme.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45442190, 45442180, 45442121, 45442120, 45442110, 45442100, 45442000, 45441000, 45440000, 45432220, 45432210, 45432200, 45421160, 45421153, 45421152, 45421151, 45421150, 45421148, 45421147, 45421146, 45421145, 45421144, 45421143, 45421142, 45421141, 45421140, 45421132, 45421131, 45421130, 45421120, 45421112, 45421111, 45421110, 45421100, 45421000, 45420000, 45400000, 45262900, 45262800, 45262710, 45262700, 45262690, 45262650, 45262120, 45262110, 45262100, 45262000, 45261215, 45261214, 45261213, 45261212, 45261211, 45261210, 45261200, 45261100, 45261000, 45260000, 45223200, 45223000, 45215215, 45215214, 45215213, 45215212, 45215210, 45215200, 45112400, 45112360, 45112350, 45112340, 45112330, 45112320, 45112310, 45112300, 45112210, 45112200, 45112100, 45112000, 45111300, 45111291, 45111290, 45111250, 45111240, 45111230, 45111220, 45100000, 45111100, 45111200, 45111210, 45111211, 45111212, 45111213, 45111214, 45112500, 45112700, 45112710, 45112711, 45112712, 45112713, 45113000, 45120000, 45121000, 45122000, 45200000, 45210000, 45211000, 45211100, 45211200, 45211300, 45211310, 45211320, 45211340, 45211341, 45211350, 45211360, 45215000, 45261220, 45261221, 45261222, 45261300, 45261310, 45261320, 45261400, 45261410, 45261420, 45261900, 45261910, 45261920, 45300000, 45320000, 45321000, 45323000, 45324000, 45330000, 45331000, 45331100, 45331110, 45332000, 45332200, 45332300, 45333000, 45340000, 45341000, 45342000, 45343000, 45343100, 45422000, 45422100, 45430000, 45431000, 45431100, 45431200, 45432000, 45432100, 45432110, 45432111, 45432112, 45432113, 45432114, 45432120, 45432130, 45442200, 45442210, 45442300, 45443000, 45450000, 45451000, 45451100, 45451200, 45451300, 45452000, 45452100, 45453000, 45453100, 45454000, 45454100

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The current approved capital programme London Borough of Barking and Dagenham for the years 2011/12, 2012/13 and 2013/14 is 40 300 000 GBP, 13 500 000 GBP and 13 500 000 GBP respectively. The lower approved sums for later years are partially because potential capital receipts and capital grants have not yet been identified so it is likely that the funding gap in later years will be reduced.
Given the uncertainties around these programmes and the use of mini-competitions it has to be emphasised that no firm appointed to the framework can be guaranteed that they will be awarded any contracts.
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (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
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
Under this framework the contractor and it's supply chain will be required to actively participate in the achievement of social objectives relating to participation in skills development, employment and training programmes within the locality of the contract in accordance with the London Borough of Barking and Dagenham's Employment & Skills Strategy and other added value contributions by the contractor and its supply chain in order to support community programmes promoted by the London Borough of Barking and Dagenham and other participating councils. Accordingly the contract performance conditions may relate in particular to secondary considerations.
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 requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://lbbd.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content - Click the 'Express Interest' button at the top of the page - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) - You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box.
3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available).
You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Other evaluation criteria:
(1) All candidates will berequired to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of anadministration order, are not being wound-up, have not granted a trust deed, are not the subject of a petitionpresented for sequestration of their estate, have not had a receiver, manager or administrator appointed and arenot otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, theirdirectors, or any other person who has powers of representation, decision or control of the candidate has notbeen convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration willresult in the candidate being declared ineligible and they will not be selected to participate in this procurementprocess;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not beenconvicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have notcommitted an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regardingregistration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may bedeclared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation,in the State where they are established, when the law of that State prohibits the provision of the services,described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilledobligations relating to the payment of social security contributions under the law of any part of the UnitedKingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilledobligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevantState in which the economic operator is established
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be requiredto provide a statement, covering the 3 previous financial years including the overall turnover of the candidateand the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating totheir business
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s)who would be responsible for providing the services or carrying out the work or works under the contract;
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in thepast 3 years, detailing the dates on which the goods were sold or the services provided; the considerationreceived; the identity of the person to whom the goods were sold or the services were provided;
(4) A check may be carried out by the contracting authority or by a competent official body of the State in whichthe candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidatesstudy and research facilities and quality control measures;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(6) A list of works carried out over the past 5 years, detailing the value of the consideration received; when andwhere the work or works were carried out; and whether they were carried out according to the rules of the tradeor profession and properly completed
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the 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 10
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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 5.9.2011 - 12:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
5.9.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.11.2011
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)THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: It is anticipated that this framework would be renewed upon expiry. It is therefore anticipated that the framework would be advertised for renewal after 36 months.
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
The Contracting Authority intends to use an eTendering system in this procurement exercise.
The framework will be available for use by local authorities and partner public sector organisations located within those boroughs who are members of the East London Solutions group (ELS).

Further details relating to ELS can be found at this website: http://www.eastlondonsolutions.org/Pages/home.aspx.

For clarification purposes the members of the East London Solutions group consists of the following LondonBoroughs:
Barking and Dagenham.
Havering.
Redbridge.
Newham.
Tower Hamlets.
Waltham Forest.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
5.8.2011