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
VI.5) Date of dispatch of this notice
04/05/2017