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

Capital Investment Works Programme.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

The Royal Boroughof Kensington & Chelsea Tenant Management Organisation
292a Kensal Road
For the attention of: Jenny Jackson
W10 5BE London
UNITED KINGDOM
Telephone: +44 2036177080
E-mail:

Internet address(es):

General address of the contracting authority: http://www.kctmo.org.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
Body governed by public law
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Capital Investment Works Programme.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Various addresses within the Royal Borough of Kensington & Chelsea.

NUTS code UKI22

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
maximum number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT:
Range: between 90 000 000 and 130 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Authority is seeking expressions of interest from suitably qualified and experienced service providers to enter into a framework arrangement (the "Framework") for the delivery of a programme of Capital Investment works (the "Programme") to its residential housing stock comprising approximately 9760 properties in the contract area, of which approximately 2,500 are leaseholder and the remainder are tenanted. The housing stock is of a variety of ages and construction types and includes multi storey buildings as well as some traditional street properties. The number of properties may increase or decrease over the term of the Programme.
The Programme consists of (i) internal works to tenanted properties (including kitchens, bathrooms, re-wires and other ancillary works), (ii) external works to all properties including roofs, windows, environmental works and similar, and (iii) the opportunity for the Authority to incorporate its "Hidden Homes” initiative which involves the creation of additional new dwellings out of existing assets such as unused space within blocks. The majority of the works in the Programme will be undertaken with the residents in occupation
The Authority intends to enter into Framework Agreements with each of the successful service providers for a period of 48 months, although call offs may extend beyond that period. The form of delivery contract under the Framework Agreements will be a bespoke form of TPC2005 Term Partnering Contract (as amended). Details of the contracts will be set out in the tender documents.
It is anticipated that the Authority shall instruct the works for the first two years of the Programme via a direct award equally between the top two-ranked Service Providers on the Framework. However, the Authority reserves the right to award works via a mini-competition between eligible Service Providers. Any work awarded by the Authority or any other contracting authorities shall be in accordance with the rules of the Framework Agreement. Work awarded under the Framework may be awarded subject to satisfactory performance by the Service Providers against pre-determined Key Performance Indicators. Further information will be set out in the tender documents.
The anticipated value of each of these work streams is as follows:
(i) Internal works 40,000,000 GBP
(ii) External works 50,000,000 GBP
(iii) Hidden Homes initiative 40,000,000 GBP
Therefore the total value of the Programme is expected to be between GBP 90,000,000 and GBP 130,000,000 in total.
The Authority is keen to pursue the government's sustainability agenda and to combat fuel poverty among residents. The Authority is also keen to explore other means of improving sustainability in their properties and therefore the tender documents will include opportunities to submit proposals for other "added-value" eco-commitments. The Service Providers may also be required to assist the Authority in the identification and delivery of energy saving initiatives and energy wide offers to the Authority's built assets.
The Authority also wishes to support people who are in long-term unemployment including young people not in education, employment or training and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulation 39 of the Public Contracts Regulations 2006.
II.1.6)Common procurement vocabulary (CPV)

45300000, 45311000, 45321000, 45331100, 45331110, 45410000, 45421100, 45421151, 45431000, 45431100, 45431200, 45451000, 45453100, 45261000, 45261211, 45261910, 45262660, 45262900, 45261214, 45262120, 45262110, 45211310, 45332400

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:
The total estimated value of the Programme over the 4 year framework period will be between 90,000,000 and 130,000,000 GBP. (ex VAT)
Estimated value excluding VAT:
Range: between 90 000 000 and 130 000 000 GBP
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
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:
Details of any deposits or guarantees by the 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 or payment arrangements by the 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:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Authority wishes to support people who are in long term unemployment including young people not in education, employment or training and small and medium enterprises to ensure that there is specific capacity to deliver the the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed with Regulation 39 of the Public Procurement Regulations 2006.
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 ("PQQ”) consistent with EU Directive 2004/18/EC. The PQQ is available from the email address given at Annex A and must be returned by the date stipulated at section IV.3.4 to the address provided 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 PQQ consistent with EU Directive 2004/18/EC. The PQQ is available from the email address given at Annex A and must be returned by the date stipulated at section IV.3.4 to the address provided in the Questionnaire.
Minimum level(s) of standards possibly required: The minimum turnover requirement for economic operators applying for the contract is an average annual turnover over the last three accounting periods of at least 30,000,000 GBP. Economic operators not meeting these minimum levels will be disqualified from the process. Other financial requirements will be set out will be set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a PQQ consistent with EU Directive
2004/18/EC. The PQQ is available from the email address given at Annex A and must be returned by the date stipulated at section IV.3.4 to the address provided 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 8
Objective criteria for choosing the limited number of candidates: As stated in the Pre-Qualification Questionnaire.
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: 21.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.3.2014 - 12:00
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 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 Authority reserves the right not to award a contract or to award a contract for part or parts of the Programme advertised pursuant to this Notice. The Authority makes no guarantee as to the amount or value of work awarded under the Framework.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court of England and Wales
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

High Court of England and Wales
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The process and requirements for lodging appeals is set out in the Public Contracts Regulations 2006 (as amended) and the Authority will conduct itself in relation to any appeals in accordance with those Regulations.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
3.2.2014