Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Arun District Council
Civic Centre, 1 Maltravers Road
Littlehampton
BN17 5LF
UK
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
Fax: +44 1689885081
NUTS: UK
Internet address(es)
Main address: http://www.effefftee.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.mytenders.org
Additional information can be obtained from another address:
Faithorn Farrell Timms
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
Contact person: Procurement
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
NUTS: UKJ27
Internet address(es)
Main address: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
www.mytenders.org
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
T1-4870-ADC Responsive Repairs and Void Refurbishment Contract
II.1.2) Main CPV code
50800000
II.1.3) Type of contract
Works
II.1.4) Short description
The contract is for the delivery of responsive repairs and empty homes refurbishment works. It is intended that the contract will commence in April 2020, and subject to annual reviews, run for a period of 5 years with the option as decided by ADC, for an extension of up to a further 5 years, on a 3 years and 2 years basis. The maximum duration of the contract is therefore 10 years. ADC reserves the right to move to a different pricing model within the first 5 years of the contract subject to value for money. ADC also reserves the right to move to an alternative delivery model, such as a Wholly Owned Subsidiary (WOS) or a Joint Venture (JV) model during the term of the contract.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50800000
II.2.3) Place of performance
NUTS code:
UKJ27
Main site or place of performance:
District of Arun in West Sussex.
II.2.4) Description of the procurement
The contract is for the delivery of responsive repairs and empty homes refurbishment works. It is intended that the contract will commence in April 2020, and subject to annual reviews, run for a period of 5 years with the option as decided by ADC, for an extension of up to a further 5 years (on a 3 years and 2 years basis), subject to meeting or exceeding performance and quality of service and delivery as well as offering value for money. The maximum duration of the contract is therefore 10 years. ADC reserves the right to move to a different pricing model within the first 5 years of the contract subject to value for money. ADC also reserves the right to move either to a Wholly Owned Subsidiary (WOS) or Joint Venture (JV) model during the term of the contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The contract will be subject to annual reviews and run for a period of 5 years with the option for renewal for an extension of up to a further 5 years (on a 3 year and 2 year basis). The maximum duration of the contract is therefore 10 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the tender documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/07/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
14/08/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The Contracting Authority reserves the right to cancel the procurement at any time and not proceed with the award of any contract at any stage of the procurement or to award only part or parts of any contract.
The Contract Authority shall not be liable for any cost or expense incurred by any tenderer in connection with the completion and return information requested in this contract notice or in the completion or submission of any tender.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=216254
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:216254)
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
Telephone: +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority shall comply with the requirements of the Public Contract Regulations 2015 when notifying economic operators of the outcome of the procedure.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
17/06/2019