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

Derwent Housing Association Limited trading as Derwent Living Internal Stock Investment, Windows Doors and Glazing, Cyclical Redecoration Pre-decoration repairs Minor roof repairs and small works, Electrical works, Security installations, Fire safety inst

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Derwent Housing Association Limited trading as Derwent Living
No.1 Centro Place Pride Park
Contact point(s): echelon Consultancy Limited on behalf of Derwent Living
For the attention of: Sarah Baxter
DE24 8RF Derby
UNITED KINGDOM
Telephone: +44 1707339800
E-mail:
Fax: +44 1707339801

Internet address(es):

General address of the contracting authority: http://www.derwentliving.com/

Address of the buyer profile: http://www.derwentliving.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: 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:
Derwent Housing Association Limited trading as Derwent Living Internal Stock Investment, Windows Doors and Glazing, Cyclical Redecoration Pre-decoration repairs Minor roof repairs and small works, Electrical works, Security installations, Fire safety installations, Passenger lifts and disability lifts and communal cleaning 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: Derwent Living has properties in the following areas Ashfield District, Amber Valley, Bassetlaw, Broxtowe Borough, Bolsover District, Blaby District, Coventry City, Charnwood, Chesterfield, Stoke City, Derby City, Daventry District, Derbyshire Dales District, Erewash Borough, East Northamptonshire, East Staffordshire Borough, Gedling, Hinckley & Bosworth, Harborough District, High Peak Borough, Leicester City, Lincoln City Council, Mansfield, Milton Keynes Borough, Nuneaton & Bedworth, Newark & Sherwood, Northampton Borough Council, Nottingham City, North East Derbyshire District, North Kestevan District C, North Warwickshire Borough, North West Leicestershire, Rugby Borough Council, Rushcliffe, South Derbyshire, Sheffield City, South Kesteven District C, Tamworth Borough, Wellingborough B.C and West Lindsey District Council.

NUTS code UKJ13,UKF,UKG,UKE

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 Stock Investment, Windows Doors and Glazing, Cyclical Redecoration Pre-decoration repairs Minor roof repairs and small works, Electrical works, Security installations, Fire safety installations, Passenger lifts and disability lifts and communal cleaning.
II.1.6)Common procurement vocabulary (CPV)

45453100, 39141400, 45421151, 45317000, 45310000, 45311000, 45311100, 45311200, 45211310, 45331100, 42160000, 09300000, 39715240, 44221000, 45421100, 45441000, 44221220, 45442100, 45442110, 45442120, 45442180, 31518300, 45261900, 45260000, 45342000, 44113120, 50000000, 71314100, 71334000, 32324600, 32324400, 71333000, 31216200, 51110000, 51100000, 44221300, 44221310, 45421148, 31625000, 92224000, 32360000, 31625100, 31625200, 35111000, 35111400, 44482000, 44480000, 45312100, 50413200, 51700000, 31518200, 38431200, 42416100, 44115600, 42416300, 90911300, 90910000

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: 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:
Lot 1 - Internal Stock Investment Internal stock investment. This will include kitchen replacements and electrical upgrades in relation to the kitchen works; bathroom (including wetrooms) replacements and electrical upgrades; new central heating installations; boiler renewals; electrical heating installations and upgrades; alternative fuel installations, for example photo voltaic installations; and any connected works and services required.
Lot 2 - Windows, doors and glazing. This will include window and door replacement fitting (including dormers, lights and combi-frames); glazed curtain walling; fire doors and communal doors and commercial glazing; and connected works and services required.
Lot 3 - Cyclical redecoration, pre-decoration repairs, minor roof repairs, and small works. This will include cyclical redecoration; pre-decoration repairs; minor roof repairs; roof replacements; external works including (but not limited to fencing, repair and replacement of slabs, and hard surface repairs to communal areas; and connected works and services required.
Lot 4 - Electrical works. This will include PIR (periodic inspection reports) inspections and follow up works; upgrading common parts; domestic rewires; PAT (portable appliance testing) testing; the servicing of lightning conductors; repairing and replacing of communal digital television aerials; and connected works and services required.
Lot 5 - Security installations. This will include servicing car park barriers/gates; servicing CCTV; servicing door entry systems; servicing intruder alarms; planned CCTV works; repairs to barriers and gates, intruder alarms and door entry systems including replacements; and connected works and services required.
Lot 6 - Fire safety installations. This will include servicing fire alarms and emergency lighting; servicing fire fighting equipment, smoke vents and smoke detectors; repairs and replacements of fire alarms, emergency lighting, smoke detectors, smoke vents and fire fighting equipment; and connected works and services required.
Lot 7 - Passenger and disability lifts. This includes servicing and repairs passenger lifts; planned replacements of passenger lifts; servicing, repairs and replacements of stair lifts, including communal stair lifts; servicing, repairs and replacements of hoists; and connected works and services required.
Lot 8 - Communal cleaning. This includes internal cleaning and window cleaning, and connected works and services required.
Estimated value excluding VAT: 32 335 845 GBP
II.2.2)Information about options
Options: yes
Description of these options: All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses.
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: 120 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: 1
1)Short description
Lot 1 - Internal Stock Investment Internal stock investment. This will include kitchen replacements and electrical upgrades in relation to the kitchen works; bathroom (including wetrooms) replacements and electrical upgrades; new central heating installations; boiler renewals; electrical heating installations and upgrades; alternative fuel installations, for example photo voltaic installations; and any connected works and services required.
2)Common procurement vocabulary (CPV)

45453100, 39141400, 45421151, 45317000, 45310000, 45311000, 45311100, 45311200, 45211310, 45331100, 42160000, 09300000, 39715240

3)Quantity or scope
Lot 1 - Internal Stock Investment Internal stock investment. This will include kitchen replacements and electrical upgrades in relation to the kitchen works; bathroom (including wetrooms) replacements and electrical upgrades; new central heating installations; boiler renewals; electrical heating installations and upgrades; alternative fuel installations, for example photo voltaic installations; and any connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses The total value of the works excluding VAT are estimated as:
Kitchens GBP 5 254 722
Bathrooms GBP 3 966 667
Heating GBP 1 991 667
Boilers GBP 5 900 556
Lot total GBP 17 113 611
Estimated value excluding VAT: 17 113 611 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to one Service Provider
Lot No: 2 Lot title: 2
1)Short description
Lot 2 - Windows, doors and glazing. This will include window and door replacement fitting (including dormers, lights and combi-frames); glazed curtain walling; fire doors and communal doors and commercial glazing; and connected works and services required.
2)Common procurement vocabulary (CPV)

45453100, 44221000, 45421100, 45441000, 44221220

3)Quantity or scope
Lot 2 - Windows, doors and glazing. This will include window and door replacement fitting (including dormers, lights and combi-frames); glazed curtain walling; fire doors and communal doors and commercial glazing; and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses. The total value of the works excluding VAT are estimated as:
Doors GBP 1 025 939
Windows GBP 1 931 311
Lot total GBP 2 957 250
Estimated value excluding VAT: 2 957 250 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to 1 Service Provider
Lot No: 3 Lot title: 3
1)Short description
Lot 3 - Cyclical redecoration, pre-decoration repairs, minor roof repairs, and small works. This will include cyclical redecoration; pre-decoration repairs; minor roof repairs; roof replacements; external works including (but not limited to fencing, repair and replacement of slabs, and hard surface repairs to communal areas; and connected works and services required.
2)Common procurement vocabulary (CPV)

45453100, 45442100, 45442110, 45442120, 45442180, 45261900, 45260000, 45342000, 44113120, 50000000, 71314100

3)Quantity or scope
Lot 3 - Cyclical redecoration, pre-decoration repairs, minor roof repairs, and small works. This will include cyclical redecoration; pre-decoration repairs; minor roof repairs; roof replacements; external works including (but not limited to fencing, repair and replacement of slabs, and hard surface repairs to communal areas; and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses. The total value of the works excluding VAT are estimated as:
Painting GBP 3 000 000
Pre-paint repairs GBP 750 000
Minor repairs GBP 941 667
Lot total GBP 4 691 667
Estimated value excluding VAT: 4 691 667 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to 1 Service Provider
Lot No: 4 Lot title: 4
1)Short description
Lot 4 - Electrical works. This will include PIR (periodic inspection reports) inspections and follow up works; upgrading common parts; domestic rewires; PAT (portable appliance testing) testing; the servicing of lightning conductors; repairing and replacing of communal digital television aerials; and connected works and services required.
2)Common procurement vocabulary (CPV)

45453100, 45317000, 45310000, 45311000, 45311100, 45311200, 71314100, 71334000, 32324600, 32324400, 71333000, 31216200, 51110000, 51100000

3)Quantity or scope
Lot 4 - Electrical works. This will include PIR (periodic inspection reports) inspections and follow up works; upgrading common parts; domestic rewires; PAT (portable appliance testing) testing; the servicing of lightning conductors; repairing and replacing of communal digital television aerials; and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses The total value of the works excluding VAT are estimated as:
Domestic PIRs & works GBP 1 308 620
Communal PIRs & works GBP 427 073
PAT Testing GBP 29 167
Servicing Lightning Conductors GBP 5 000
Communal tv aerial repairs GBP 125 000
Lot total GBP 1 894 860
Estimated value excluding VAT: 1 894 860 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to 1 Service Provider
Lot No: 5 Lot title: 5
1)Short description
Lot 5 - Security installations. This will include servicing car park barriers/gates; servicing CCTV; servicing door entry systems; servicing intruder alarms; planned CCTV works; repairs to barriers and gates, intruder alarms and door entry systems including replacements; and connected works and services required.
2)Common procurement vocabulary (CPV)

35121000, 45311000, 50000000, 71314100, 71334000, 71333000, 51110000, 51100000, 44221300, 44221310, 45421148, 31625000, 32360000

3)Quantity or scope
Lot 5 - Security installations. This will include servicing car park barriers/gates; servicing CCTV; servicing door entry systems; servicing intruder alarms; planned CCTV works; repairs to barriers and gates, intruder alarms and door entry systems including replacements; and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses The total value of the works excluding VAT are estimated as:
Servicing Car Park Barriers/Gates GBP 89 583
Servicing CCTV GBP 61 597
Door Entry Servicing GBP 532 083
Servicing Intruder Alarms GBP 5 854
Planned Door Entry Systems GBP 201 840
Lot total GBP 890 958
Estimated value excluding VAT: 890 958 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to 1 Service Provider
Lot No: 6 Lot title: 6
1)Short description
Lot 6 - Fire safety installations. This will include servicing fire alarms and emergency lighting; servicing fire fighting equipment, smoke vents and smoke detectors; repairs and replacements of fire alarms, emergency lighting, smoke detectors, smoke vents and fire fighting equipment; and connected works and services required.
2)Common procurement vocabulary (CPV)

50413200, 51100000, 31625100, 31625200, 35111000, 35111400, 44482000, 44480000, 45312100, 51700000, 31518200, 38431200

3)Quantity or scope
Lot 6 - Fire safety installations. This will include servicing fire alarms and emergency lighting; servicing fire fighting equipment, smoke vents and smoke detectors; repairs and replacements of fire alarms, emergency lighting, smoke detectors, smoke vents and fire fighting equipment; and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses The total value of the works are estimated as:
Servicing Fire Alarms & Emergency Lighting GBP 669 306
Servicing Fire Fighting Equipment GBP 84 097
Planned Smoke Detectors GBP 16 875
Lot total GBP 770 278
Estimated value excluding VAT: 770 278 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to 1 Service Provider
Lot No: 7 Lot title: 7
1)Short description
Lot 7 - Passenger and disability lifts. This includes servicing and repairs passenger lifts; planned replacements of passenger lifts; servicing, repairs and replacements of stair lifts, including communal stair lifts; servicing, repairs and replacements of hoists; and connected works and services required.
2)Common procurement vocabulary (CPV)

42416100, 44115600, 42416300

3)Quantity or scope
Lot 7 - Passenger and disability lifts. This includes servicing and repairs passenger lifts; planned replacements of passenger lifts; servicing, repairs and replacements of stair lifts, including communal stair lifts; servicing, repairs and replacements of hoists; and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses. The total value of the works excluding VAT are estimated as:
Passenger Lifts - Servicing & repairs GBP 425 417
Stairlifts Communal - Servicing GBP 8 403
Stairlifts Domestic - Servicing GBP 70 069
Lot total GBP 503 889
Estimated value excluding VAT: 503 889 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Derwent will award the lot to 1 Service Provider
Lot No: 8 Lot title: 8
1)Short description
Lot 8 - Communal cleaning. This includes internal cleaning and window cleaning, and connected works and services required.
2)Common procurement vocabulary (CPV)

90910000, 90911300, 90911200

3)Quantity or scope
Lot 8 - Communal cleaning. This includes internal cleaning and window cleaning, and connected works and services required. All lots will be for an initial term of 5 years with the possibility of an initial extension of 2 years with break clauses with a final extension of 3 years with break clauses. The total value of the works excluding VAT are estimated as:
Internal Communal Cleaning GBP 2 922 083
Window Cleaning GBP 591 250
Lot total GBP 3 513 333
Estimated value excluding VAT: 3 513 333 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 120 (from the award of the contract)
5)Additional information about lots
Derwent will award the lot to 1 Service Provider

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits, guarantees or bonds required by the contracting authority will be set out in the Contract Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any financial conditions and payment arrangements required by the contracting authority 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:
Consortium bids must state on their face that the bidding members are a consortium. The contracting authority reserves the right to require a lead service provider to undertake primary contractual liability or to require that one or more parties are jointly and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details of any conditions will be set out in the contract documents. These may include conditions relating to environmental and social requirements and supply chain arrangements.
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 PQQ and all requirements and standards required are set out in the PQQ
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 prequalification Questionnaire consistent with Directive 2004/18/EC. The questionnaire is available from the address given in at Section I.1 and must be returned to the address and date as stated in the PQQ
Minimum level(s) of standards possibly required: As stated in the Pre Qualification Questionnaire
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a prequalification Questionnaire consistent with Directive 2004/18/EC. The questionnaire is available from the address given in at Section I.1 and must be returned to the address and date as stated in the PQQ
Minimum level(s) of standards possibly required:
As stated in 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 56
Objective criteria for choosing the limited number of candidates: A minimum of 5 operators will be invited for each lot, though the Contracting Authority reserves the right to increase the number of operators to be invited to tender by one or two if their scores are closely placed around the cut-off point. This will be set out in the PQQ and Contract Documents
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:
ECH 483
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: 13.12.2013 - 12:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.12.2013 - 12:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.12.2013
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 contracting authority reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract or to award a contract for any one or more of the lots or part or parts of the works only. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract. Tenderers should note that the provisions of the transfer of Undertakings (protection of Employment) Regulations 2006 may apply to some of the lots.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See VI.4.2 below

Body responsible for mediation procedures

See VI.4.2 below

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provide for 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). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. 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 only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be 'ineffective'.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A2AS London
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
5.11.2013