Skip to main content.

Uttlesford DC: Responsive Repairs Contract

  Uttlesford DC has published this notice through Delta eSourcing

Notice Summary
Title: Responsive Repairs Contract
Notice type: Contract Notice
Authority: Uttlesford DC
Nature of contract: Works
Procedure: Restricted
Short Description: The Council is seeking to appoint one contractor to carry out common repairs for our Housing stock of just under 3,000 dwellings. The Council, which covers the District of Uttlesford, is a rural district of approx 300 square miles in the County of Essex (close to Stansted Airport). The contract will be let on the basis of the National Housing Federation M3 model contract for an intial period of 5 years, with an option to extend to a maximum of 5 further years.
Published: 09/10/2014 08:28

View Full Notice

UK-Saffron Walden: Construction work for multi-dwelling buildings and individual houses.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Uttlesford District Council
      London Road, Saffron Walden, CB11 4ER, United Kingdom
      Tel. +44 1799510451, Fax. +44 1799510550, Email: procurement@uttlesford.gov.uk, URL: www.uttlesford.gov.uk, URL: www.uttlesford.gov.uk
      Contact: Finance Department (Procurement), Attn: Mrs Cristine Oakey MCIPS

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   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: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Responsive Repairs Contract
      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

         Region Codes: UKH3 - Essex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Construction work for multi-dwelling buildings and individual houses. The Council is seeking to appoint one contractor to carry out common repairs for our Housing stock of just under 3,000 dwellings. The Council, which covers the District of Uttlesford, is a rural district of approx 300 square miles in the County of Essex (close to Stansted Airport). The contract will be let on the basis of the National Housing Federation M3 model contract for an intial period of 5 years, with an option to extend to a maximum of 5 further years.
         
      II.1.6)Common Procurement Vocabulary:
         45211000 - Construction work for multi-dwelling buildings and individual houses.
         

      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 Contractor shall be able to provide a Responsive Repairs service including an Out of Hours Emergency Callout Service for the carrying out of common repair works. Works, to be carried out principally in occupied dwellings will include a service for the completion of common remedial works within void properities prior to the tenancy being re-let. The work will include most trades and is structured using the National Housing Federation M3 Responsive Maintenance & Void Property Works Model Form of Contract and Schedule of Rates. There are, on average, between 1,200 and 1,500 works orders issued per month. The Council currently spends in the region of £1m per annum for repairs. Economic operators should note that the estimated volume and value of works stated is based on historic spend and current budgets and the number or properties currently included within the stock portfolio The value may decrease depending on Right to Buy applications (although currently limited) or increase with new developments and shall include properties such as Sheltered Accommodation in addition to traditional domestic houses/bungalows etc.Please contact the Procurement Team for a Pre-Qualification Questionnaire which contains more details regarding the requirements for this contract.         
         Estimated value excluding VAT: 10,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: The Contract shall be subject to regular performance reviews (quarterly and annually) by a Core Group. The contract will include an option to extend after the prime term (5 years) for a further period of up to 5 years. In any event, year on year continuance of the contract from the commencement will be dependent on satisfactory performance by the contractor. Extension of the contract beyond the prime term will be entirely discretionary to the Council. The contract will also contain a break provision that may be exercised subject to the giving of notice as set out in the contract.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 48 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 1 to 5                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 120 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Parent company guarantees, performance bonds, warranties and/or deposits may be required by Uttlesford District Council and details will be set out in the Invitation to Tender.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the tender documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of economic operators submitting an acceptable offer it will be necessary for them to provide an undertaking that each organisation will be jointly and severally responsible for the due performance of the contract. Such undertaking will be in addition to the requirement to provide other deposits and guarantees required by Uttlesford District Council for the due performance of the contract.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The National Housing Federation M3H Model Form of Contract as varied to the Council's specific requirements      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      As set out in Pre-Qualification and Tender documentation      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in Pre-Qualification and Tender documentation         
         Minimum Level(s) of standards possibly required:
         As set out in Pre-Qualification and Tender documentation
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in Pre-Qualification and Tender documentation         
         Minimum Level(s) of standards possibly required:
         As set out in Pre-Qualification and Tender documentation      
      III.2.4)Information about reserved contracts: Not Provided
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: 20         
         Objective Criteria for choosing the limited number of candidates:
         Criteria as set out in the Pre-Qualification Questionnaire and in accordance with the Public Contracts Regulations 2006 (as amended). Subject to receiving completed PQQ submissions from sufficient eligible economic operators, it is intended that the tender list will comprise the 6 top scoring economic operators from evaluation of PQQ submissions.   
   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: 9.2015      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/11/2014
         Time: 14:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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 considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=111786990
GO-2014109-PRO-6077198 TKR-2014109-PRO-6077197
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000

      VI.4.2)Lodging of appeals: Uttlesford District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision is made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 09/10/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Saffron Walden: Construction work for multi-dwelling buildings and individual houses.

Section I: Contracting Authority
   Title: UK-Saffron Walden: Construction work for multi-dwelling buildings and individual houses.
   I.1)Name, Addresses and Contact Point(s):
      Uttlesford District Council
      London Road, Saffron Walden, CB11 4ER, United Kingdom
      Tel. +44 1799510451, Fax. +44 1799510550, Email: procurement@uttlesford.gov.uk, URL: www.uttlesford.gov.uk, URL: www.uttlesford.gov.uk
      Contact: Finance Department (Procurement), Attn: Mrs Cristine Oakey MCIPS

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   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 Contract      
      II.1.2)Type of contract and location of works:
         WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
         Region Codes: UKH3 - Essex         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Construction work for multi-dwelling buildings and individual houses. The Council is seeking to appoint one contractor to carry out common repairs for our Housing stock of just under 3,000 dwellings. The Council, which covers the District of Uttlesford, is a rural district of approx 300 square miles in the County of Essex (close to Stansted Airport). The contract will be let on the basis of the National Housing Federation M3 model contract for an intial period of 5 years, with an option to extend to a maximum of 5 further years.
      II.1.5)Common procurement vocabulary:
         45211000 - Construction work for multi-dwelling buildings and individual houses.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 500
         Customer Care and Quality of Work - 285
         Management of the Works - 125
         IT Systems - 60
         Collaborative Working - 30
         
      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: 9.2015         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 9.2015

      V.1)Date Of Contract Award: 17/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Roalco Limited
         Postal address: Ardleigh House, Dedham Road, Ardleigh
         Town: Colchester
         Postal code: CO7 7QA
         Country: United Kingdom
         Email: enquiries@roalco.co.uk
         Telephone: +44 206231700
         Fax: +44 206231800
      V.4)Information On Value Of Contract
         Total final value of the contract
            Lowest offer: 8,799,000 /Highest offer: 1,296,317,600
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=141256230
GO-2015420-PRO-6535368 TKR-2015420-PRO-6535367   
   VI.3.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000
   VI.3.2)Lodging of appeals: Uttlesford District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision is made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 20/04/2015