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

Provision of Painting Services and Minor Repairs

  • First published: 08 December 2014
  • Last modified: 08 December 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-019528
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
08 December 2014
Deadline date:
16 January 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The scope of services includes includes external painting of 3000 RCT Homes and Flats as well the painting of internal communal areas of RCT Homes properties over a five year period. This will form part of RCT Homes planned and cyclical maintenance works. The contractor will also be required to carry out very minor repairs to rainwater goods(if needed) before painting can begin. Contractors will be required to supply their own paint, tools and scaffolding and will need to be able to demonstrate Value for Money in their procurement process for these items. The Framework will also be able to be accessed by other Housing Associations and Registered Social Landlords within South Wales for whom RCT Homes will undertake t mini-bids for their painting requirements via the Framework. CPV: 45442100, 45442121, 45442180, 45442110, 45261320, 44112500.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK

Procurement (Finance)

Leanne Edwards

+44 1443494609



www.rcthomes.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.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

All Housing Associations and Registered Social Landlords within South Wales

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Painting Services and Minor Repairs

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Rhondda Cynon Taff (RCT) - Central Valleys



UKL1

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

5

Duration of the framework agreement

48

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

3006332GBP

Frequency and value of the contracts to be awarded

Annually

II.1.5)

Short description of the contract or purchase(s)

The scope of services includes includes external painting of 3000 RCT Homes and Flats as well the painting of internal communal areas of RCT Homes properties over a five year period. This will form part of RCT Homes planned and cyclical maintenance works. The contractor will also be required to carry out very minor repairs to rainwater goods(if needed) before painting can begin. Contractors will be required to supply their own paint, tools and scaffolding and will need to be able to demonstrate Value for Money in their procurement process for these items.

The Framework will also be able to be accessed by other Housing Associations and Registered Social Landlords within South Wales for whom RCT Homes will undertake t mini-bids for their painting requirements via the Framework.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=19528

II.1.6)

Common Procurement Vocabulary (CPV)

45442100
45442121
45442180
45442110
45261320
44112500

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

3006332
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

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

III.1.4)

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

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.

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.




III.2.3)

Technical capacity


(1) 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;

(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European 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 statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

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

57

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

Yes

RCT Homes reserves the right to use an e-auction process for the Tender (ITT) pricing and for the annual mini-bids from the framework.

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RCT 024

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

 16-01-2015  10:00

IV.3.5)

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

 26-01-2015

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


VI.2)

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

No



VI.3)

Additional Information

(WA Ref:19528)

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:

RCT HOMES LTD, in line with their strategic objectives seeks to achieve community benefits through their contracts for example: for unemployed people, apprentice / trainees, young people, local companies and suppliers, etc. RCT HOMES LTD envisages the achievement of their objectives to be largely through their partner contracts and that these objectives will be jointly managed. The Supplier will have or will be working towards an innovative planned programme of community initiatives including but not limited to:

Use of local labour and suppliers wherever possible

Support of and engagement with local Social Enterprise Companies (SEC)

A culture that engages, supports and develops the supply chain

Training and apprenticeship initiatives that encourage “progression” through their organisation

A track record of contributing to the community.

Contractors should commit to employing a minimum of 2 apprentices for the duration of the package of works and ensure that suitable training and supervision is provided through recognised training organisations. These 2 apprentices/trainees should be employed from within a 30 mile radius of the relevant area.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










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










VI.5)

Dispatch date of this Notice

 08-12-2014

Coding

Commodity categories

ID Title Parent category
45261320 Guttering work Erection and related works of roof frames and coverings
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings
45442180 Repainting work Application work of protective coatings
44112500 Roofing materials Miscellaneous building structures

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

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:
08 December 2014
Deadline date:
16 January 2015 00:00
Notice type:
Contract Notice
Authority name:
Trivallis
Publication date:
15 April 2015
Notice type:
Contract Award Notice
Authority name:
Trivallis

About the buyer

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

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.