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

2014 - 2015 High Rise Refubishments (Works)

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

WM Housing Group
One Parklands, Ground Floor, Rubery
For the attention of: Paul Heffernan
B45 9PZ Birmingham
UNITED KINGDOM
Telephone: +44 1214574611
E-mail:
Fax: +44 1214574601

Internet address(es):

General address of the contracting authority: http://www.wmhousing.co.uk/home

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
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:
2014 - 2015 High Rise Refubishments (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, place of delivery or of performance: Coventry, UK.
NUTS code
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)
The refurbishment of three 17 storey residential high rise properties in Coventry. The proposed external works include: concrete repairs to the external facade with associated systems of access; anti carbonation treatment to external concrete panels, renew balcony floor covering with new waterproof system, renew rainwater goods, roof system repairs, the installation of new aluminium entrance doors and entry system, external landscaping, refurbishment of existing garages, CCTV system and concierge service link.
The proposed internal works to communal areas include: decorative improvements to the entrance lobby and communal areas, including new flooring and decorations to communal walls, communal lighting and associated electrical rewiring, installation of new refuse chutes, installation of new heating systems, installation of new signage and fire safety works, replacement of fire rated communal and front apartment doors, the removal of asbestos containing materials; and installation of new soil stacks.
II.1.6)Common procurement vocabulary (CPV)

45453100, 45262660, 45317000, 45432000, 45343100, 45330000, 45262330, 45310000, 45233222, 45262370

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:
Estimated value excluding VAT:
Range: between 5 000 000 and 6 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 31.3.2014. Completion 23.12.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A guarantee or bond may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the PQQ
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
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 PQQ
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the PQQ
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As Per the PQQ
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
Objective criteria for choosing the limited number of candidates: Candidates will be selected using the authorities Pre Qualification Questionnaire. WMHG anticipate inviting eight or fewer candidates to tender. However we reserve the right to increase this number should the difference in scoring of the PQQ"s be marginal.
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:
2013 - 00000036
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: 25.11.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.11.2013
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
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: WM Housing Group Limited will incorporate a minimum 10 calendar days standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. If an appeal regarding the award of contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 (SI2009/2992) provide for aggrieved parties who have been harmed or at risk of harm by breach of the Rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 3 months. Where a contract has not been entered into, the Court may order the setting aside of the award decision, or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may generally only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.10.2013