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/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision 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 contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Rhondda Cynon Taf
UKL15 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement2 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement845688GBP |
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 completion24 |
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
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|