Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Design and Supply External Wall Insulation.

  • First published: 06 May 2017
  • Last modified: 06 May 2017
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
M&Y Limited
Authority ID:
AA20294
Publication date:
06 May 2017
Deadline date:
05 June 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Due to the value of the services exceeding thresholds, M&Y is obliged to comply with the EU procurement rules.

M&Y has elected to utilise the open procedure, in which there is only one stage to the procurement process, and all applicants will be invited to submit a tender in response to this Contract Notice. Only those meeting M&Y's minimum criteria and requirements however will be eligible to have their tender assessed in full as set out below. This full Invitation to Tender response consists of the following:

1. Standard Selection Questionnaire:

— To assess applicants against minimum standards with respect to economic and financial standing and technical capacity.

2. The Invitation to Tender (‘ITT’):

— The ITT is for those shortlisted candidates who have passed the minimum standards questionnaire, to be assessed on the deliverability and competitiveness of their submitted responses.

The ITTs will be assessed on the basis of the ‘most economically advantageous tender’ based on the Contract Award Criteria included in Section II.2.5

It should be noted that all applicants must be successful in their Standard Selection Questionnaire before the Quality Questionnaire and Pricing Matrix can be assessed. However, please note that all documents must be submitted by 16:00 pm Monday 5.6.2017.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

M&Y Maintenance and Construction

The Foundry, 42 Henry Street

Liverpool

L1 5AY

UK

Contact person: Ed McSweeney

E-mail: tenders@my-maintenance.co.uk

NUTS: UKD

Internet address(es)

Main address: http://regenda.org.uk

Address of the buyer profile: http://regenda.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.regenda.org.uk/design-and-supply-external-wall-insulation


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://tenders@my-maintenance.co.uk


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

Design and Supply External Wall Insulation.

Reference number: MY03

II.1.2) Main CPV code

44111520

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

M&Y wish to appoint a supplier to enter into a Contract for the design and supply of external wall insulation (EWI). The duration of the Contract is 3 years (36 months) with the option to extend for a further 2 years (+1, +1). The Contract is a bespoke Contract and a copy is contained within the ITT. All documents relating to the tender can be found at http://www.regenda.org.uk/design-and-supply-external-wall-insulation.

In order that a successful EWI programme can be delivered to our properties, then the following objectives will need to be met by the material supplier:

Robust EWI system design for various archetypes.

Best practice details and high levels of workmanship.

Durable system suitable for location.

Vigorous site inspection and quality audit regime.

On-going support and training to be provided.

M&Y would like all respondents interested in the design and supply of the EWI system to provide full answers and supporting documentation relevant to this tender.

II.1.5) Estimated total value

Value excluding VAT: 1 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

44110000

II.2.3) Place of performance

NUTS code:

UKD4


Main site or place of performance:

FY7 Postcode.

II.2.4) Description of the procurement

Due to the value of the services exceeding thresholds, M&Y is obliged to comply with the EU procurement rules.

M&Y has elected to utilise the open procedure, in which there is only one stage to the procurement process, and all applicants will be invited to submit a tender in response to this Contract Notice. Only those meeting M&Y's minimum criteria and requirements however will be eligible to have their tender assessed in full as set out below. This full Invitation to Tender response consists of the following:

1. Standard Selection Questionnaire:

— To assess applicants against minimum standards with respect to economic and financial standing and technical capacity.

2. The Invitation to Tender (‘ITT’):

— The ITT is for those shortlisted candidates who have passed the minimum standards questionnaire, to be assessed on the deliverability and competitiveness of their submitted responses.

The ITTs will be assessed on the basis of the ‘most economically advantageous tender’ based on the Contract Award Criteria included in Section II.2.5

It should be noted that all applicants must be successful in their Standard Selection Questionnaire before the Quality Questionnaire and Pricing Matrix can be assessed. However, please note that all documents must be submitted by 16:00 pm Monday 5.6.2017.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3 year contract with option to extend for a further 2 years (+1,+1).

II.2.9) Information about the limits on the number of candidates to be invited

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:

BBA and/or ETA.

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.2.3) 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

Open procedure

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: 05/06/2017

Local time: 16:00

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: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 06/06/2017

Local time: 09:00

Place:

Electronic submission.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.4.4) Service from which information about the review procedure may be obtained

1

1a

UK

VI.5) Date of dispatch of this notice

04/05/2017

Coding

Commodity categories

ID Title Parent category
44110000 Construction materials Construction materials and associated items
44111520 Thermal insulating material Building materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@my-maintenance.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.