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 Scaffolding Services to RCT Homes Ltd

  • First published: 04 April 2015
  • Last modified: 04 April 2015

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-024899
Published by:
Trivallis
Authority ID:
AA0787
Publication date:
04 April 2015
Deadline date:
15 May 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

RCTH is seeking to appoint a number of scaffolding suppliers to support the service delivery of our internal repairs team, the Housing Maintenance Unit (HMU). RCTH intend to appoint a maximum of three suppliers to a framework arrangement. Appointment to the framework offers no guarantee of work streams, however where work arises supplier services will be drawn down on a needs basis based on capacity, quality and performance. Successful suppliers appointed to the framework will hold their pricing for the duration of the contract. The contract duration will be for a period of 2 years with the option to extend for a further 12 months subject to satisfactory performance. The scaffolding will be required primarily to support responsive repairs to our properties that arise as follows: Responsive repairs – work ordered following the tenant or a member of staff reporting a defect to one of our properties. The selected supplier will provide scaffolding required on all responsive repair work undertaken across all of the properties managed by RCTH. The scaffolding will be used by either RCTH’s in-house labour force or by contractors working on behalf of RCTH. The selected supplier may also be nominated to provide all scaffolding required by contractors undertaking cyclical and planned maintenance works on properties managed by RCTH. Although there is no obligation for the Contractor to utilise our nominated providers if they can demonstrate VFM through use of their own or alternative providers. The scaffolding will be used by either RCTH’s in-house labour force or by contractors working on behalf of RCTH. The appointed suppliers will be required to: -Erect basic scaffolding -Design scaffold structures where basic scaffold structures are not considered satisfactory -Alter scaffolding following its erection (if required) -Inspect scaffolding structures to ensure that they are safe, attaching scaffolding tags once erected, ensuring they are completed and signed off -Ensure tenant TV and Satellite signals are maintained and/or reinstated satisfactorily following scaffold erection Re-inspection of scaffolding (where necessary)Dismantle scaffolding and remove from site -Ensure tenant TV and Satellite signals are maintained and/or reinstated satisfactorily following scaffold erection CPV: 44212310, 44212315, 45262100, 45262110, 45262120.

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 Team

+44 1443494400



www.rcthomes.co.uk

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

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked 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

Provision of Scaffolding Services to RCT Homes Ltd

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

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

Rhondda Cynon Taf



UKL15

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

2

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

845688GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

RCTH is seeking to appoint a number of scaffolding suppliers to support the service delivery of our internal repairs team, the Housing Maintenance Unit (HMU). RCTH intend to appoint a maximum of three suppliers to a framework arrangement. Appointment to the framework offers no guarantee of work streams, however where work arises supplier services will be drawn down on a needs basis based on capacity, quality and performance. Successful suppliers appointed to the framework will hold their pricing for the duration of the contract. The contract duration will be for a period of 2 years with the option to extend for a further 12 months subject to satisfactory performance.

The scaffolding will be required primarily to support responsive repairs to our properties that arise as follows:

Responsive repairs – work ordered following the tenant or a member of staff reporting a defect to one of our properties. The selected supplier will provide scaffolding required on all responsive repair work undertaken across all of the properties managed by RCTH. The scaffolding will be used by either RCTH’s in-house labour force or by contractors working on behalf of RCTH.

The selected supplier may also be nominated to provide all scaffolding required by contractors undertaking cyclical and planned maintenance works on properties managed by RCTH. Although there is no obligation for the Contractor to utilise our nominated providers if they can demonstrate VFM through use of their own or alternative providers. The scaffolding will be used by either RCTH’s in-house labour force or by contractors working on behalf of RCTH.

The appointed suppliers will be required to:

-Erect basic scaffolding

-Design scaffold structures where basic scaffold structures are not considered satisfactory

-Alter scaffolding following its erection (if required)

-Inspect scaffolding structures to ensure that they are safe, attaching scaffolding tags once erected, ensuring they are completed and signed off

-Ensure tenant TV and Satellite signals are maintained and/or reinstated satisfactorily following scaffold erection Re-inspection of scaffolding (where necessary)Dismantle scaffolding and remove from site

-Ensure tenant TV and Satellite signals are maintained and/or reinstated satisfactorily following scaffold erection

II.1.6)

Common Procurement Vocabulary (CPV)

44212310
44212315
45262100
45262110
45262120

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

845688
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

24

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.

(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 evidence of relevant professional risk indemnity insurance.

(2) 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.

(3) 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;




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

RCT 029

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

 15-05-2015  10:00

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    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 18-05-2015  12:00
RCT Homes Head Office

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:24899)

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:

RCTH requires its Contractors to participate actively in economic and social regeneration of the locality and surrounding place of delivery for the procurement. Accordingly contract performance conditions may relate to particular social and environmental delivery .

Within their proposals suppliers should highlight how they currently undertake the following activities, and also how they will specifically address these opportunities for RCTH tenants and communities:

- Generate employment and training for long term unemployed, with particular reference to providing opportunities within the RCTH Borough, and specifically RCTH tenants.

- Provide training opportunities for youth, inclusive of retention opportunities

- Promote supply chain opportunities for SME’s

- Development of trade skills within your existing workforce.

Suppliers may as part of their proposal offer RCTH as part of their Corporate Social Responsibility agenda or commitment to RCTH Social Inclusion agenda some of the following (but not limited to) school work experience placements, apprenticeships, employment, , sponsorship, Business in the Community, Give & Gainsupport events etc.

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

 04-04-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494400


www.rcthomes.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494400


www.rcthomes.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



RCT Homes

Ty Pennant, Mill Street

Pontypridd

CF37 2SW

UK


+44 1443494400


www.rcthomes.co.uk

Coding

Commodity categories

ID Title Parent category
44212315 Equipment for scaffolding Structural products and parts except prefabricated buildings
44212310 Scaffolding Structural products and parts except prefabricated buildings
45262110 Scaffolding dismantling work Special trade construction works other than roof works
45262120 Scaffolding erection work Special trade construction works other than roof works
45262100 Scaffolding work Special trade construction works other than roof works

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:
04 April 2015
Deadline date:
15 May 2015 00:00
Notice type:
Contract Notice
Authority name:
Trivallis
Publication date:
06 July 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.