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

Responsive Repairs Works - bpha/RRW/2015.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

bpha Limited
Unit 23-24, Bedford Heights, Manton Lane
Contact point(s): bpha Limited
For the attention of: Stephen Storey (Contracts Manager) or Alex Liburd (Contracts Officer)
MK41 7BJ Bedford
UNITED KINGDOM
Telephone: +44 1234221273
E-mail: [email protected]

Internet address(es):

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

Electronic access to information: http://www.bpha.org.uk/procurement

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:
Responsive Repairs Works - bpha/RRW/2015.
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: Central and Eastern England with main works in Bedfordshire, Buckinghamshire, Northamptonshire and Cambridgeshire.

NUTS code UKH21,UKH22,UKF23,UKH11,UKH12,UKJ12,UKJ13,UKJ14

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)
Responsive repairs and reactive maintenance works for bpha Limited at any property within our portfolio. Further details are provided in the Pre-Qualification Questionnaire.
II.1.6)Common procurement vocabulary (CPV)

50700000, 50000000

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: 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:
Responsive repairs and reactive maintenance works to circa 11 000 properties, mainly domestic, for a maximum contract term of 5 years.
Estimated value excluding VAT:
Range: between 10 000 000 and 12 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contract term will be for 3 years with an option to extend of up to 2 years to give a maximum term of 5 years. There will be an option to break by giving 6 months notice taking effect any time after the initial 3 year period.
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: 60 (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 guarantees are set out in the procurement documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any conditions are set out in the procurement documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groupings of economic operators will be required to accept joint and several liability for delivery of the Works.
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 are set out in the procurement documents. These may include conditions relating to economic, technology related, environmental, social or employment related requirements.
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). This questionnaire is available to download from our website as noted in Section 1 and must be returned to bpha Limited by the date and time specified.
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 (PQQ). This questionnaire is available to download from our website as noted in Section 1 and must be returned to bpha Limited by the date and time specified.
Minimum level(s) of standards possibly required: Are as detailed in the Pre-Qualification Questionnaire (PQQ).
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 (PQQ). This questionnaire is available to download from our website as noted in Section 1 and must be returned to bpha Limited by the date and time specified.
Minimum level(s) of standards possibly required:
Are as detailed in the Pre-Qualification Questionnaire (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
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: Will be as detailed in the tender 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:
bpha/RRS/2015
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.8.2015 - 17:00
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 contract will be let on a term service contract basis (NEC 3), with bespoke Employer amendments. The Contracting Authority reserves the right to cancel the procurement and not to proceed with award at any stage of the process. The Contracting Authority does not give any guarantee of the amount of work to be instructed as part of any contract awarded. Any contract values referred to within this notice are indicative and are not guaranteed. Neither the Contracting Authority nor any person on behalf of whom this procurement exercise is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal 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 2015 (SI 2015 No 102) 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
VI.5)Date of dispatch of this notice:
20.7.2015