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

Undod Welsh Housing Framework - Compliance

  • First published: 04 June 2015
  • Last modified: 20 August 2015

Contents

Summary

OCID:
ocds-kuma6s-028134
Published by:
Grwp Cynefin
Authority ID:
AA29780
Publication date:
04 June 2015
Deadline date:
19 August 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Undod are procuring a Framework for compliance services (servicing of fire equipment, gas audit, legionella control, EICR, PAT, asbestos survey and asbestos removal) that will be available to any current of future member of the Undod Consortium (including but not limited to Housing Associations and Registered Social Landlords). The Framework covers any current and future member of the Undod Consortium who will access services via the Framework. The Framework is seven (7) Lot split into six (6) geographic areas. Further and more detailed information is set out in a Invitation to Tender (ITT) which is available on request (see section VI.3) II.1.6) NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales WebSite. 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.uk/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. 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. CPV: 50700000, 90650000, 45262660, 45343210, 44480000, 51700000, 50711000, 71314100, 45311000, 45317000, 38910000, 50720000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Grwp Cynefin / NWHA / MWHA

Ty Silyn, Y Sgwar, Penygroes

Caernarfon

LL54 6LY

AM

Undod Framework Procurement

+44 3001112122


+44 1286881141

Grwpcynefin.org

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA29780

www.sell2wales.gov.uk

www.sell2wales.gov.uk
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
Yes

Any Housing Association in Wales

Any Registered Social Landlord in Wales

Any Local Authority in Wales

Any current or future member of the Undod consortium

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Undod Welsh Housing Framework - Compliance

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

Wales



UKL

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

420

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Undod are procuring a Framework for compliance services (servicing of fire equipment, gas audit, legionella control, EICR, PAT, asbestos survey and asbestos removal) that will be available to any current of future member of the Undod Consortium (including but not limited to Housing Associations and Registered Social Landlords).

The Framework covers any current and future member of the Undod Consortium who will access services via the Framework.

The Framework is seven (7) Lot split into six (6) geographic areas.

Further and more detailed information is set out in a Invitation to Tender (ITT) which is available on request (see section VI.3) II.1.6)

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales WebSite.

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.uk/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.

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.

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=28134.

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.uk/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.

II.1.6)

Common Procurement Vocabulary (CPV)

50700000
90650000
45262660
45343210
44480000
51700000
50711000
71314100
45311000
45317000
38910000
50720000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked 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

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

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the tender documents. Undod - the contracting authority - reserves the right to request a parent company and/or other guarantees of financial liability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the tender documents

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

None specified, save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the contract is with a special purpose company with separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in that company or their parents.

III.1.4)

Other particular conditions to which the performance of the contract is subject

As set out in the tender documents

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The Invitation To Tender (ITT), which is available through the Sell2Wales portal, will provide the details. Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006 (as amended) / Article 45 EU Directive 2004

III.2.2)

Economic and financial capacity


As set out in the tender documents



As set out in the tender documents


III.2.3)

Technical capacity


As set out in the tender documents



As set out in the tender documents


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked 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

Objective criteria for choosing the limited number of candidates

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

 06-07-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Welsh


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


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site.

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.uk/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.

Bidders who request a ITT will also be provided with a memorandum of information which provides additional outline information in relation to the services being procured.

The Contracting Authority is seeking to establish a 4 year Framework.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The Contracting Authority will not accept tender submissions after the stated closing date.

The Contracting Authority is committed to contribute to its (and the Welsh Government's) social, economic and environmental sustainability objectives and will seek solutions and include contract performance conditions that provide for collaborative working arrangements which serve to address and deliver these objectives; including (but not limited to) recruitment and training of the long term economically inactive.

The Contracting Authority reserves the right to award the contract in whole or in part, or annul the tendering process and not award any contract.

All documents to be priced in GBP and all payments made in GBP.

In relation to section II.1.9 above – variants will be accepted only to the extent permitted in the tender documents (if at all).

Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

(WA Ref:28134)

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:

Supporting local employment and getting people into work;

Offering appropriate and accredited training;

Providing opportunities and experience for apprentices either directly or through shared apprenticeship schemes;

Supporting community improvement projects;

Supporting social enterprises;

Supporting local community based initiatives and activities.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the ward of the contract is communicated to bidders. Bidders who are unsuccessful shall be informed by the contracting authority as to the reasons why the Bidder was unsuccessful

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 04-06-2015

ANNEX B

Information About Lots

1     Service of Fire Equipment

1)

Short Description

Extinguishers, fire alarms, sprinklers etc

2)

Common Procurement Vocabulary (CPV)

45343210
44480000
51700000

3)

Quantity or scope

n/a


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Gas Audit

1)

Short Description

Audit of gas repair and installation

2)

Common Procurement Vocabulary (CPV)

50720000

3)

Quantity or scope

n/a


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Legionella Control & Water Hygiene Inspections

1)

Short Description

as title

2)

Common Procurement Vocabulary (CPV)

38910000

3)

Quantity or scope

n/a


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Electrical Installation Condition Reports

1)

Short Description

as title

2)

Common Procurement Vocabulary (CPV)

50711000
71314100
45311000
45317000

3)

Quantity or scope

n/a


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Portable Appliance Testing

1)

Short Description

as title

2)

Common Procurement Vocabulary (CPV)

50711000
71314100
45311100
45317000

3)

Quantity or scope

n/a


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Asbestos Survey

1)

Short Description

as title

2)

Common Procurement Vocabulary (CPV)

90650000
45262660

3)

Quantity or scope

n/a


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Asbestos removal

1)

Short Description

as title

2)

Common Procurement Vocabulary (CPV)

90650000
45262660

3)

Quantity or scope

n/a


4)

Indication about different contract dates

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
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
71314100 Electrical services Energy and related services
45311000 Electrical wiring and fitting work Electrical installation work
38910000 Hygiene monitoring and testing equipment Miscellaneous evaluation or testing instruments
51700000 Installation services of fire protection equipment Installation services (except software)
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
45317000 Other electrical installation work Electrical installation work
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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:
04 June 2015
Deadline date:
19 August 2015 00:00
Notice type:
Contract Notice
Authority name:
Grwp Cynefin
Publication date:
25 August 2015
Notice type:
Additional Information
Authority name:
Grwp Cynefin

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
17/06/2015 16:40
Invitation To Tender Workshops
In conjunction with Business Wales, Undod are offering Bidders the opportunity to attend a workshop providing information on how to complete the invitation to tender. Two workshops are being run: Wednesday, 24th June - Trewythen Hotel, Llanidloes - 8.30-10.30 Friday, 26th June - Conwy Business Centre - 8.30-10.30 This invitation is open to all Bidders and you should book you place with Business Wales via: carys.thomas@businesswales.org.uk
17/06/2015 17:09
Correction of scoring criteria for question CC3
Scoring criteria should read: Score 0 (zero) – No experience in matching works within a social housing / tenanted / occupied environment over a similar contract period and / or value Score 1 (one) – Experience of 1 contracts in matching works within a social housing / tenanted / occupied environment over a similar contract period and / or value Score 2 (two) – Experience of 2 contracts in matching works within a social housing / tenanted / occupied environment over a similar contract period and / or value Score 3 (three) – Experience of 3 contracts in matching works within a social housing / tenanted / occupied environment over a similar contract period and / or value
25/06/2015 08:00
REPLACED FILE: Compliance Price List
Revised Price List for Asbestos Survey Only
25/06/2015 08:00
REPLACED FILE: Compliance Price List
Revised Price List - Asbestos Survey Only
25/06/2015 08:02
Asbestos Survey - Revised Price List
Following tender queries, the Price List for Asbestos Survey has been revised. Bidders are to only provide prices for a 3 bedroom semi-detached house, assuming 3 samples are taken
20/08/2015 10:57
Notice Cancelled
This notice has been cancelled. The original deadline date of 06/07/2015 is no longer applicable.

Due to insufficient responses this notice is cancelled.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

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
docx16.02 KB
This file may not be accessible.
docx
docx26.40 KB
This file may not be accessible.
xlsx
xlsx50.60 KB
This file may not be accessible.
xlsx
xlsx48.73 KB
This file may not be accessible.
doc
doc325.00 KB
This file may not be accessible.
docx
docx133.91 KB
This file may not be accessible.
doc
doc60.50 KB
This file may not be accessible.
docx
docx245.47 KB
This file may not be accessible.

Replaced documents


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.