CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Merthyr Valleys Homes |
Martin Evans House, Avenue De Clichy |
Merthyr Tydfil |
CF47 8LD |
UK |
Property Services
Mark Sawyer |
+44 1685727772 |
pss@mvhomes.org.uk |
|
www.mvhomes.org.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0873
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMerthyr Valley Homes - Contractor Framework |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Merthyr County Borough covering the MVH housing stock
UKL15 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged40 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement18664000GBP
|
|
Frequency and value of the contracts to be awardedAwarded via mini competition (no guaranteed contract value) |
II.1.5)
|
Short description of the contract or purchase(s)
Merthyr Valleys Homes (MVH) is an RSL formed following a LSVT from Merthyr Tydfil Borough Council that owns and manages approximately 4200 properties within the Merthyr Tydfil County Borough area. At MVH we are nearing the completion of the main improvement programme and embarking upon some major changes within the way we deliver our works.
MVH are looking to procure competent contractors across a variety of work types in order to support our Property Services Team.
We are looking for contractors to provide the following work types: general repairs (including but not limited to voids, capitals improvements, paths, walls, fencing, flat roofs, roofing, damp proofing, out of hours service and responsive repair), non traditional build property repairs, cyclical painting, aids & adaptations, professional services (including but not limited to QS, CDMC, structural engineers), asbestos survey and removal, floor fitters, provision of skips, provision of scaffold, void security and supply of windows, doors and glazing.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=1445.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
18664000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion48 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Contracting Authority reserves the right to stipulate the provision of performance bonds or parent company guarantees, such requirements will be set out in the tender documents.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
In the event of a group of organisations submitting an acceptable offer it will be necessary to provide an undertaking that each organisation will be jointly and severally responsible for the due performance of any contract entered into between the Contracting Authority and such organisations.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The chosen Framework Providers will be expected to enter into Framework and Call-Off Agreements for all contracting organisations related to the provision of services. The Contracting Authorities reserve the right not to award particular lots or to suspend their award.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
the bidder is established.
Lot 1 and 3 providers must demonstrate turnovers in excess of £500k
Lot 2 and 4 providers must demonstrate turnovers in excess of £8m
|
III.2.3)
|
Technical capacity
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(8) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate60 |
|
Objective criteria for choosing the limited number of candidates
Enrolment on professional and / or trade registers.
Information and formalities necessary for evaluating if requirements are met will be detailed within the Pre Qualification Questionnaire which will be sent to all respondents of this notice.
The PQQ must be returned with all supporting evidence required.
Bidders who satisfy any of the criteria for rejection in Regulation 23(1) Public Contracts Regulations 2006 shall be treated as ineligible.
The top scoring PQQ submissions using the criteria in accordance with Regulations 23(1), 24 and 25 of the Public Contracts Regulations 2006.
The tender evaluation and contract award process will be a staged process involving a reduction in number of bidders at successive stages.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 28-10-2013
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 25-11-2013
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published Estimated timing for further notices to be published is 4 years. |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
All expressions of interest and requests for a PQQ must be made via email to the point of contact.
The deadline for requesting the PQQ documents is 6th September 2013.
All enquires relating to the PQQ specifically or the PQQ process should be made via email to the point of contact and be received no later than 11th October 2013 at 17:00. It will not be possible to respond to any queries after that date and time.
Bidders who do not meet the minimum turnover requirements (set out in III 2.2) will not be awarded to the Framework. However, Bidders who do not meet the minimum turnover requirements are still encouraged to register their interest in this opportunity. A record will be kept and during Framework award these contractors will be subject to basic financial and skills testing. Contractors passing these tests will form an approved subcontractor list and will be introduced to the main framework contractors.
Merthyr Valley Homes are running a "Meet The Buyer Day" for this opportunity in conjunction with Business Wales on 28th August at the Orbit Centre. Potential bidders should book their place on either a morning or afternoon session via the Business Wales website. For help call 01554 754 862.
(WA Ref:1445)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Detailed in the tender documents.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
High Court of Engalnd & Wales |
The Strand |
London |
W12A 2LL |
UK |
|
+44 2079473353 |
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Welsh Government |
Cathays Park |
Cardiff |
CF10 3NQ |
UK |
|
+44 2920922014 |
|
|
|
VI.5)
|
Dispatch date of this Notice 22-08-2013 |
|
ANNEX B
Information About Lots
|
1
General Maintenance - Minor and/or Low Value Works |
1)
|
Short Description
Contractors will be able to provide all the following works either directly or via subcontractors including but not limited to voids, capital improvements, paths, walls, fencing, flat roofs, roofing, damp proofing, out of hours service and responsive repair.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
3)
|
Quantity or scope
Contractors will be able to provide all the following works either directly or via subcontractors including but not limited to voids, capital improvements, paths, walls, fencing, flat roofs, roofing, damp proofing, out of hours service and responsive repair.
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
Turnover limit will apply as detailed in III 2.2
|
ANNEX B
Information About Lots
|
10
Supply of Windows, Doors and Glazing |
1)
|
Short Description
To supply Property Services with windows, doors and glazing as required in order to complete maintenance works.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
44221000 |
|
|
|
|
|
3)
|
Quantity or scope
Supply of windows, doors and glazing
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
11
Cyclical Painting and Repairs |
1)
|
Short Description
To complete planned cyclical painting (including pre paint repairs) to external, internal communal and internal domestic areas of the MVH stock.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45440000 |
|
|
|
|
|
3)
|
Quantity or scope
Planned cyclical painting (including pre paint repairs) to external, internal communal and internal domestic areas of the MVH stock.
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
12
Aids and Adaptations |
1)
|
Short Description
Installation of adaptations as required to suit the needs of MVH tenants.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
3)
|
Quantity or scope
Installation of adaptations with a works value of less than £5000 only
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
General Maintenance - Major and/or High Value Works |
1)
|
Short Description
Contractors will be able to provide all the following works either directly or via subcontractors including but not limited to voids, capital improvements, paths, walls, fencing, flat roofs, roofing, damp proofing, out of hours service and responsive repair.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
3)
|
Quantity or scope
Contractors will be able to provide all the following works either directly or via subcontractors including but not limited to voids, capital improvements, paths, walls, fencing, flat roofs, roofing, damp proofing, out of hours service and responsive repair.
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
Turnover limit will apply as detailed in III 2.2
|
ANNEX B
Information About Lots
|
3
Non Traditional Property Maintenance - Minor and/or Low Value Works |
1)
|
Short Description
At transfer, a survey was commissioned producing a recommended repair programme that has been included within the business plan from 2014 to 2017. A detailed programme plan is to be developed by Assets.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to be determined from survey
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
Turnover limit will apply as detailed in III 2.2
|
ANNEX B
Information About Lots
|
4
Non Traditional Property Maintenance - Major and/or High Value Works |
1)
|
Short Description
At transfer, a survey was commissioned producing a recommended repair programme that has been included within the business plan from 2014 to 2017. A detailed programme plan is to be developed by Assets.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to be determined from survey
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
Turnover limit will apply as detailed in III 2.2
|
ANNEX B
Information About Lots
|
5
Provision of Scaffolding |
1)
|
Short Description
To supply scaffolding to the Property Services Team
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
44212310 |
|
|
|
|
|
3)
|
Quantity or scope
All aspects of scaffold
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
6
Provision of Skips |
1)
|
Short Description
Supply of skips to the Property Services Team
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
44613700 |
|
|
|
|
|
3)
|
Quantity or scope
All types of skip / waste removal
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
7
Professional Services |
1)
|
Short Description
Advise, survey, consultation to Property Services including but not limited to quantity surveying, CDMC, structural engineer, technical advice and support.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71324000 |
|
|
|
|
|
3)
|
Quantity or scope
Advise, survey, consultation to Property Services including but not limited to quantity surveying, CDMC, structural engineer, technical advice and support
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
8
Asbestos Survey and Removal |
1)
|
Short Description
To provide Property Services with specialist asbestos survey and removal services.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
90650000 |
|
|
|
|
|
3)
|
Quantity or scope
All aspects of asbestos survey and removal.
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
Seperate awards will be made for survey and removal. Under MVH rules, the same contractor cannot undertake the survey and removal.
|
ANNEX B
Information About Lots
|
9
Floor Fitting |
1)
|
Short Description
To provide Property Services all aspects of floor fitting across all the maintenance works undertaken.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45432100 |
|
|
|
|
|
3)
|
Quantity or scope
All aspects of floor fitting across all the maintenance works undertaken.
|
4)
|
Indication about different contract dates48 |
5)
|
Additional Information about lots
|
|