Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rhondda Housing Association
Ty Gwyn Newydd, 9 Compton Road, Rhondda Cynon Taf, Tonypandy
Tonypandy
CF40 1BE
UK
Telephone: +44 1443424200
E-mail: jonr@rhondda.org
Fax: +44 1443437366
NUTS: UKL15
Internet address(es)
Main address: www.rhondda.org
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1142
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
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
Maintenance Contractors and Specialist Surveyors Framework
II.1.2) Main CPV code
45211000
II.1.3) Type of contract
Works
II.1.4) Short description
RHA requires experienced maintenance contractors and specialist surveyors to provide labour and materials and services and would like to establish a Framework of suitable contractors and suppliers to meet its requirements.
II.1.5) Estimated total value
Value excluding VAT:
6 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Windows and Doors
II.2.2) Additional CPV code(s)
45211100
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taff
II.2.4) Description of the procurement
RHA requires experienced maintenance contractors and specialist surveyors to provide labour and materials and services and would like to establish a Framework of suitable contractors and suppliers who are able to meet its requirements. RHA intends to structure the Framework into the 4 Lots as described together with the stated number of suppliers to be appointed to each Lot. Further details for this Lot can be found in the tender documents published with this notice.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The top 5 highest scoring Bidders in each Lot will be invited to Tender based on the selection criteria as detailed in the procurement documents
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
Lot No: 2
II.2.1) Title
Kitchens, Bathrooms, Showers and Associated Works
II.2.2) Additional CPV code(s)
45211100
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taff
II.2.4) Description of the procurement
RHA requires experienced maintenance contractors and specialist surveyors to provide labour and materials and services and would like to establish a Framework of suitable contractors and suppliers who are able to meet its requirements. RHA intends to structure the Framework into 4 Lots as described with the stated number of suppliers to be appointed in each Lot. Further details regarding this Lot can be found in the tender documents published with this notice.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The top 5 highest scoring Bidders in each Lot will be invited to Tender based on the selection criteria as detailed in the procurement documents
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
Lot No: 3
II.2.1) Title
Cyclical Decorations, Building Maintenance (Reactive and Voids), Electrical Inspection Condition Reports (EICR), Physical Adaptation Works (PAGs)
II.2.2) Additional CPV code(s)
45211100
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taff
II.2.4) Description of the procurement
RHA requires experienced maintenance contractors and specialist surveyors to provide labour and materials and services and would like to establish a Framework of suitable contractors and suppliers who are able to meet its requirements. RHA intends to structure the Framework into 4 Lots with the stated number of suppliers. Further details regarding this Lot can found in the tender documents published with this notice.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The top 5 highest scoring bidders in each Lot will be invited to Tender based on the selection criteria as detailed in the Procurement documents.
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
Lot No: 4
II.2.1) Title
Specialist Works (Fire, Asbestos, Legionella)
II.2.2) Additional CPV code(s)
71510000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taff
II.2.4) Description of the procurement
RHA requires experienced maintenance contractors and specialist surveyors to provide labour and materials and services and would like to establish a Framework of suitable contractors and suppliers who are able to meet its requirements. RHA intends to structure the Framework into 4 Lots as described together with the stated number of suppliers. Further details regarding this Lot can be found in the tender documents published with this notice.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The top 5 highest scoring Bidders in each Lot will be invited to Tender based on the selection criteria as detailed in the Procurement documents.
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.1.2) 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
See Framework Agreement
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 9
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:
15/12/2016
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
05/01/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (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
All communication for this procurement will be conducted via Sell2Wales. It is the Bidders responsibility to ensure their
contact details within Sell2Wales are accurate. If you have any questions or require any clarifications these must be submitted via the messages function within the portal as soon as possible.
Bidders should note that this Procurement will be conducted in accordance with Directive 2014/24 on Public Procurement, as implemented by The Public Contracts Regulations 2015 ("PCR 2015").
The Association reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time. Under no circumstances will the Association incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same or any documentation issued as part of this procurement exercise.
NOTE: The Association is using Sell2Wales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the Association's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=56695.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/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.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
Will be detailed in the Tender documents.
(WA Ref:56695)
VI.4) Procedures for review
VI.4.1) Review body
Rhondda Housing Association
Ty Gwyn Newydd, 9 Compton Road, Rhondda Cynon Taf, Tonypandy
Tonypandy
CF40 1BE
UK
Telephone: +44 1443424200
Fax: +44 1443437366
Internet address(es)
URL: www.rhondda.org
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Any contract awarded will be conditional on the Contract being approved in accordance with the Public Contract Regulations 2015 and the Association being generally able to proceed and will allow a mandatory standstill period of a minimum of 10 calendar days to elapse before sending confirmation of contract to the successful Tenderers.
VI.5) Date of dispatch of this notice
15/11/2016