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

Merthyr Valley Homes - Contractor Framework

  • First published: 22 August 2013
  • Last modified: 22 August 2013

Contents

Summary

OCID:
ocds-kuma6s-001445
Published by:
Merthyr Valleys Homes
Authority ID:
AA0873
Publication date:
22 August 2013
Deadline date:
28 October 2013
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 50000000, 45440000, 33196100, 31625000, 44613700, 44212310, 90650000, 45262660, 71324000, 98110000, 98112000, 45432100, 45210000, 45340000, 45233161, 44221000, 33196200.

Full notice text

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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Merthyr 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 contract

1

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

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

40

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

18664000GBP

Frequency and value of the contracts to be awarded

Awarded 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
45440000
33196100
31625000
44613700
44212310
90650000
45262660
71324000
98110000
98112000
45432100
45210000
45340000
45233161
44221000
33196200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

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 completion

48

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

Unchecked box
Unchecked box

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


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

60

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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
45260000
45340000
45233161

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 dates

48

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 dates

48

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 dates

48

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
33196100
33196200

3)

Quantity or scope

Installation of adaptations with a works value of less than £5000 only


4)

Indication about different contract dates

48

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
45340000
45233161
45260000

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 dates

48

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
45210000

3)

Quantity or scope

Scope to be determined from survey


4)

Indication about different contract dates

48

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
45210000

3)

Quantity or scope

Scope to be determined from survey


4)

Indication about different contract dates

48

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 dates

48

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 dates

48

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
98110000
98112000

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 dates

48

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
45262660

3)

Quantity or scope

All aspects of asbestos survey and removal.


4)

Indication about different contract dates

48

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 dates

48

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
45210000 Building construction work Works for complete or part construction and civil engineering work
31625000 Burglar and fire alarms Sound or visual signalling apparatus
33196200 Devices for the disabled Medical aids
33196100 Devices for the elderly Medical aids
45340000 Fencing, railing and safety equipment installation work Building installation work
45432100 Floor laying and covering work Floor-laying and covering, wall-covering and wall-papering work
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45440000 Painting and glazing work Building completion work
71324000 Quantity surveying services Engineering design services
44613700 Refuse skips Large containers
50000000 Repair and maintenance services Other Services
44212310 Scaffolding Structural products and parts except prefabricated buildings
98110000 Services furnished by business, professional and specialist organisations Membership organisation services
98112000 Services furnished by professional organisations Services furnished by business, professional and specialist organisations
44221000 Windows, doors and related items Builders joinery

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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.

Document family

Notice details
Publication date:
22 August 2013
Deadline date:
28 October 2013 00:00
Notice type:
Contract Notice
Authority name:
Merthyr Valleys Homes
Publication date:
05 September 2013
Notice type:
Additional Information
Authority name:
Merthyr Valleys Homes
Publication date:
21 October 2013
Notice type:
Additional Information
Authority name:
Merthyr Valleys Homes
Publication date:
05 June 2014
Notice type:
Contract Award Notice
Authority name:
Merthyr Valleys Homes

About the buyer

Main contact:
pss@mvhomes.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
05/09/2013 14:45
Change of date to express an interest
Within the original notice, Merthyr Valleys Homes placed a deadline to express an interest in this procurement as 17:00, Friday 06/09/13. Methyr Valleys Homes would now like to remove this deadline and allow expressions of interest up to the deadline for return of the PQQ which is due 12:00, Monday 28/10/13. The PQQ will be issued to all those expressing an interest and made available on the Sell2Wales website in due course. A seperate notification will be sent when the PQQ is made available to download.
18/09/2013 15:31
ADDED FILE: MVH PQQ Contractors
Pre Qualification Questionnaire - see instructions contained within the document.
18/09/2013 15:36
ADDED FILE: Business Wales PQQ Workshops
How to book a place on the Business Wales led workshop on the Pre Qualification Questionnaire.
26/09/2013 10:19
REPLACED FILE: MVH PQQ Contractors
Pre Qualification Questionnaire - see instructions contained within the document.
26/09/2013 10:21
Updated PQQ added to site
An updated PQQ correcting typing errors has been uploaded to the site. Applicants are request to access and return the updated version.
29/09/2013 08:37
ADDED FILE: PQQ Query Log 270913
PQQ queries & responses at 270913
06/10/2013 12:27
PQQ Query Log 041013
PQQ queries & responses at 041013
20/10/2013 08:51
Final PQQ Query Log
Final PQQ Query Log
21/10/2013 14:34
Change to Lot 10 Supply of Windows & Doors
Lot 10 no longer requires glazing as standalone items. Lot 10 still requires supply only of complete windows and doors.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx973.54 KB
This file may not be accessible.
docx
docx155.37 KB
This file may not be accessible.
xlsx
xlsx46.05 KB
This file may not be accessible.

Replaced documents

docx

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.