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

Look Ahead Care and Support - Repairs and Maintenance Contracts.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Look Ahead Care and Support
1 Derry Street
For the attention of: Richard Earwaker
W8 5HY London
UNITED KINGDOM
Telephone: +44 2079371166
E-mail:
Fax: +44 2079378040

Internet address(es):

General address of the contracting authority: http://www.lookahead.org.uk/

Further information can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
Contact point(s): The Pre-Qualification Questionnaire shall be available on or around 13.9.2013, and shall be sent to all applicants who have expressed interest on or before that date, and in reply to all further applications received before the time limit for receipt of requests to participate.
For the attention of: Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
Contact point(s): The Pre-Qualification Questionnaire shall be available on or around 13.9.2013, and shall be sent to all applicants who have expressed interest on or before that date, and in reply to all further applications received before the time limit for receipt of requests to participate.
For the attention of: Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Tenders or requests to participate must be sent to: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

I.2)Type of the contracting authority
Body governed by public law
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:
Look Ahead Care and Support - Repairs and Maintenance Contracts.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Greater London, Kent, Surrey and Berkshire.

NUTS code UKI,UKJ4,UKJ2,UKJ1

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)
Provision of repairs and maintenance to residential properties comprising reactive repairs, voids refurbishments, cyclical decorations and planned maintenance.
II.1.6)Common procurement vocabulary (CPV)

50700000, 50710000, 45453000, 45451000

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:
One contract to be awarded for each Lot. Contracts to be of 5 year duration, with two potential extensions of one year. Overall annual value between GBP 1 m and GBP 2 m.
Estimated value excluding VAT:
Range: between 7 000 000 and 14 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Five year contract initially, with options to extend twice by one year each time (7 years maximum). The contracting authority will include an option in each contract to extend the contract to cover the other geographical area.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: London North East
1)Short description
Provision of repairs and maintenance to residential properties in London postcode areas N15 - N17 and E1 - E17, and postcode areas IG and RM, comprising reactive repairs, voids refurbishments, cyclical decorations and planned maintenance.
At the discretion of the Client, a geographical area may be extended to either or both of the other areas.
2)Common procurement vocabulary (CPV)

50700000, 50710000, 45453000, 45451000

3)Quantity or scope
Contract to be of 5 year duration, with two potential extensions of one year. Annual value between GBP 0.4 m and GBP 0.8 m.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The contracting authority will include an option in each contract to extend the contract to cover the other either or both of the other geographical areas. If the contracting authority were to exercise this option, the expenditure under this lot would be increased by an amount equal to some or all of the expenditure anticipated under Lots 2 and 3.
Lot No: 2 Lot title: London South East
1)Short description
Provision of repairs and maintenance to residential properties in London postcode areas SE1 - SE27, and postcode areas BR, CR, CT, KT, ME, SM and TN, comprising reactive repairs, voids refurbishments, cyclical decorations and planned maintenance.
At the discretion of the Client, a geographical area may be extended to either or both of the other areas.
2)Common procurement vocabulary (CPV)

50700000, 50710000, 45453000, 45451000

3)Quantity or scope
Contract to be of 5 year duration, with two potential extensions of one year. Annual value between GBP 0.2 m and GBP 0.4 m.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The contracting authority will include an option in each contract to extend the contract to cover the other either or both of the other geographical areas. If the contracting authority were to exercise this option, the expenditure under this lot would be increased by an amount equal to some or all of the expenditure anticipated under Lots 1 and 3.
Lot No: 3 Lot title: London West
1)Short description
Provision of repairs and maintenance to residential properties in London postcode areas NW1 - NW10, SW1 - SW10, W1 - W9 and WC2, and postcode areas HA, RG, SL, TW and UB, comprising reactive repairs, voids refurbishments, cyclical decorations and planned maintenance.
At the discretion of the Client, a geographical area may be extended to either or both of the other areas.
2)Common procurement vocabulary (CPV)

50700000, 50710000, 45453000, 45451000

3)Quantity or scope
Contract to be of 5 year duration, with two potential extensions of one year. Annual value between GBP 0.4 m and GBP 0.8 m.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The contracting authority will include an option in each contract to extend the contract to cover the other either or both of the other geographical areas. If the contracting authority were to exercise this option, the expenditure under this lot would be increased by an amount equal to some or all of the expenditure anticipated under Lots 1 and 2.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee and/or Bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be set out in the Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Individual bidder or joint bid will be considered.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Performance in accordance with particular output based standards and Key Performance Indicators will be required.
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: Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed Pre-Qualification Questionnaire. The Questionnaire is available from the address in Annex A below and must be returned in accordance with the provisions set out in the Pre-Qualification Questionnaire by the date stipulated at Section IV.3.4).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed Pre- Qualification Questionnaire. The Questionnaire is available from the address in Annex A below and must be returned in accordance with the provisions set out in the Pre-Qualification Questionnaire by the date stipulated at Section IV.3.4).
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire. In addition to meeting minimum levels, only the highest scoring 6-10 applicants for each Lot will be invited to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed Pre-Qualification Questionnaire. The Questionnaire is available from the address in Annex A below and must be returned in accordance with the provisions set out in the Pre-Qualification Questionnaire by the date stipulated at Section IV.3.4).
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire. In addition to meeting minimum levels, only the highest scoring 6-10 applicants for each Lot will be invited to tender.
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 6: and maximum number 10
Objective criteria for choosing the limited number of candidates: Minimum and maximum numbers to apply per Lot. In accordance with the provisions of Directive 2004/18/EC. Those meeting minimum standards and scoring the highest overall to place them in the top 6-10 applicants for each Lot.
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:
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: 7.10.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.10.2013
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.11.2013
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
The properties of Look Ahead Care and Support in which the works are to be carried out have been divided into three geographical areas. Each of these geographical areas is being treated as a "Lot”. One contract will be awarded for each Lot. No bidder shall be awarded a contract in more than one Lot, and bidders will be invited to express their preferences for Lots when they return their Pre-Qualification Questionnaire.
The right is reserved not to proceed or not to award a contract for the whole or part of the proposed procurement. Neither the contracting authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
The Pre-Qualification Questionnaire shall be available on or around 13.9.2013, and shall be sent to all applicants who have expressed interest on or before that date, and in reply to all further applications received before the time limit for receipt of requests to participate.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079477000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about Contract Award Procedures), Regulation 32A (Standstill Period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.9.2013