Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe 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
Construction Related Services Contract 2016-2026.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: County Durham and surrounding areas.
NUTS code UKC
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Livin is a homes and communities organisation operating primarily in the south of County Durham, currently managing in excess of 8 500 domestic properties. In addition to providing homes, livin strive to improve lives, and build strong and sustainable communities. livin wish to procure a contractor to provide repairs and maintenance and cyclical maintenance including voids, gas servicing and repairs and planned capital works. The successful contractor will be required to provide a ‘total asset management solution’, including but not limited to the provision of asbestos surveys, EPCs, structural surveys, planning and building control applications, building surveying services, including party wall surveys, electrical testing, section 20 leaseholder notices and other services required to provide asset management support. The successful contractor will also be required to provide tenant liaison services. The contract duration will be for 9 years 9 months years with break points. It is anticipated that the total value of the contract over the 9 year 9 month period will be in the region of 150 000 000 GBP exc. Vat. Works value is based upon current information, which may be subject to change. The scope of those works includes, but is not limited to:
Responsive and cyclical: works to the livin asset portfolio, including responsive repairs (including out of hours) and maintenance works, voids, 1 off component replacements, aids and adaptations, decants, damp proofing works, pest control, security board ups and fencing. Cyclical works include, but not limited to, water borne management (legionella) LPG heating maintenance, external redecoration, warm air heating maintenance, solid fuel appliance maintenance, air source heat pump maintenance, lift maintenance (including stair and passenger lifts), door entry systems maintenance, fire alarm maintenance, fire extinguisher maintenance, emergency lighting maintenance, intruder alarm maintenance, cleaning and maintenance of flat roof gutters, window cleaning, maintenance of cctv systems, PAT testing, smoke detector maintenance and periodic electrical inspections Provision of asset management support services including but not limited to the provision of asbestos surveys and removal, EPCs, structural surveys, planning and building control applications, building surveying services, electrical testing services, property MOT's, empty property/mortgage rescue surveys and other services required to provide total asset management support.
The provider will need to provide ICT support as required, to support the delivery of services and exchange/interface service information within livin, including the provision of an out of hours call centre.
Gas and solid fuel servicing and repairs: gas servicing (domestic and commercial), including annual inspections and safety certification and maintenance and repairs, including out of hours. Works may also include surveys of existing systems to identify faults and failure trends. Works will include repair of full central heating systems, including radiators, distribution pipework, valves and heating controls. Planned capital: works to the livin asset portfolio, including kitchen replacements, bathroom replacements, internal and external redecoration, heating installations, electrical upgrades, communal redecorations, window replacements, door replacements, roof renewals, external repairs, door entry installations, insulation works, insurance-related works, work associated with solar power generation, utility saving activities, general green technology, environmental improvements, asbestos surveys and removals, any other construction related works required to maintain the asset, adaptations generally. Note: To register your interest in this notice and obtain any additional information please visit the myTenders
Web Site at http://www.mytenders.org/Search/Search_Switch.aspx?ID=108716
II.1.5)Common procurement vocabulary (CPV)45000000, 45210000, 45260000, 45300000, 45310000, 45330000, 45350000, 45400000, 45410000, 45420000, 45430000, 45450000, 50000000, 50531100, 50531200, 50700000, 50710000, 50720000, 71314300, 71500000, 90650000, 90910000, 50750000
II.1.6)Information about Government Procurement Agreement (GPA)
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Value: 111 637 500 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Cost. Weighting 60
2. Quality. Weighting 40
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
livin/Assets/045
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: 1 Lot title: Construction Related Services 2016-2026V.1)Date of contract award decision:20.4.2016
V.2)Information about offersNumber of offers received: 7
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenMears Limited
1390 Montpellier Court, Gloucester Business Park
GL3 4AH Gloucester
UNITED KINGDOM
Internet address: www.mearsgroup.co.uk
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 111 637 500 GBP
Excluding VAT
Total final value of the contract:
Value: 108 783 918 GBP
Excluding VAT
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted: Specialist works to local SME's.
Section VI: Complementary information
VI.1)Information about European Union funds
VI.2)Additional information:
(MT Ref: 175889).
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal proceduresCabinet Office
70 Whitehall
SW1A2AS London
UNITED KINGDOM
VI.3.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The contracting authority will allow a period of at least 10 calendar days between the date it gives to candidates of the decision to award the proposed agreement and the date on which it proposes to conclude the agreement. If, by midnight on the second working day of the 10 day standstill period, the contracting authority receives a request in writing from a candidate as to why it was unsuccessful, the contracting authority is required to provide additional information to the candidate. That information must be provided at least 3 working days before the expiry of the 10 days' standstill period (though the standstill period may be extended if it is not possible to provide the information in time). Requests for additional information should be sent to the contact in Section I.1) An aggrieved candidate who claims that it has suffered or risked loss or damage as a result of a breach by the contracting authority of its duties under the Public Contract Regulations 2015 may take proceedings in the High Court. Any such proceedings must be brought promptly and in any event within 3 months from the date on which grounds for bringing proceedings first arose (the Court has discretion to extend the period for a good reason). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (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 brought promptly generally 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 only award damages.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:5.5.2016