Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
UK
E-mail: emilymousa@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: https://www.warwickshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/csw-jets/aspx/Home
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WCC - Warwickshire Resettlement Scheme - Furnishing and preparation of properties.
Reference number: WCC - 20168
II.1.2) Main CPV code
98000000
II.1.3) Type of contract
Services
II.1.4) Short description
Warwickshire County Council is responsible for administering the UK Resettlement Scheme and the Afghan Resettlement Schemes in Warwickshire. Through these schemes, refugees and those fleeing persecution are resettled in Warwickshire in a managed way. As part of this, WCC is responsible for ensuring that accommodation provided to families arriving through the schemes is offered in a good condition and is fully furnished.
During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers
Warwickshire County Council (the Council) is seeking a single provider to deliver houses that are fully furnished and well-presented ahead of the family's arrival to an agreed standard.
The contractor will:
1. Carry out property improvements-including carpeting/ repairs/decoration/curtains where this is required and where this is not the responsibility of the landlord or housing association
2. Fully furnish each property in line with the standard property furnishing requirements
3. This needs to be done in a timely manner, often with a turnaround time of under 3 weeks. Furnishing requirements and improvements to be agreed in the first instance with the WCC Housing Officer as well as completion date.
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is:
https://in-tendhost.co.uk/csw-jets/aspx/Home
Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSW-JETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project in order to download tender documents and be able to correspond with us about this procurement.
II.1.5) Estimated total value
Value excluding VAT:
640 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39000000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Warwickshire County Council (the Council) is seeking a single provider to deliver houses that are fully furnished and well-presented ahead of the family's arrival to an agreed standard.
The contractor will:
1. Carry out property improvements-including carpeting/ repairs/decoration/curtains where this is required and where this is not the responsibility of the landlord or housing association
2. Fully furnish each property in line with the standard property furnishing requirements.
3. This needs to be done in a timely manner, often with a turnaround time of under 3 weeks. Furnishing requirements and improvements to be agreed in the first instance with the WCC Housing Officer as well as completion date.
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: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
The initial contract term will be 2 years however the Council reserves the right to extend the contract by further periods not exceeding 24 months [24 being the maximum available extension period] at the discretion of the Council based on the satisfactory contract performance of the successful applicant and funding availability.
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 stated in the tender documentation.
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 stated in the tender documentation
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:
14/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
14/10/2024
Local time: 12:05
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
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: www.csw-jets.co.uk Registration and use of CSW-JETS is free.
VI.4) Procedures for review
VI.4.1) Review body
High Court for England and Wales London
United Kingdom
UK
VI.5) Date of dispatch of this notice
13/09/2024