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

South Wales General Building Maintenance

  • First published: 21 November 2013
  • Last modified: 21 November 2013

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-004045
Published by:
Newydd Group Ltd
Authority ID:
AA1143
Publication date:
21 November 2013
Deadline date:
07 January 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The works will include day to day responsive repairs, emergency repair work including out of hours emergency work and void property works, to approximately 2300 domestic properties and 5 sheltered schemes, throughout a variety of regions within South Wales. The responsive service is to be available 24 hours 365 days a year dealing with approximately 4250 orders of varying priority and 211 empty properties per year. All excluding gas works. CPV: 50700000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Newydd Housing Association

5, Village Way, Tongwynlais, Cardiff

Cardiff

CF15 7NE

UK

Property

Dave Perry

+44 2920005431

dave.perry@newydd.co.uk

+44 8702420674

www.newydd.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA1143
Checked box
Unchecked box
Unchecked box
Checked 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

South Wales General Building Maintenance

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

Various Sites Throughout South Wales



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

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)

The works will include day to day responsive repairs, emergency repair work including out of hours emergency work and void property works, to approximately 2300 domestic properties and 5 sheltered schemes, throughout a variety of regions within South Wales. The responsive service is to be available 24 hours 365 days a year dealing with approximately 4250 orders of varying priority and 211 empty properties per year. All excluding gas works.

II.1.6)

Common Procurement Vocabulary (CPV)

50700000

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

2900000.00

2900000.00
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

 01-04-2014 31-03-2019

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Cureent Graydon level 3 comprehensive report and amonthly credit limit greater than 134,000.00

III.1.2)

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

Delivery payment

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

50% of workforce to be local labour

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 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;

(2) 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

(3) 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;

(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(6) 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.

(7) 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

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

A nationally recognised electrical body, i.e NICEIC or ECA

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

55

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

DP001

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

 07-01-2014

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-01-2014  12:00

IV.3.5)

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

 13-01-2014

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:4045)

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:

The Employer is a key sponsor of the Young Builders Trust and other programmes, for the empowerment of socially excluded young people to undertake vocational training through building/refurbishing homes and other community facilities for those in need, thereby enhancing their employment opportunities.

The Employer as a condition precedent to the awarding of this Contract requires the Contractor to endorse, implement and comply with the aims and purposes of the Association aspirations and to procure any subcontractor employed by the Contractor in the execution of this Contract to endorse, implement and comply with the aims and purposes of the Employer’s aspirations.

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

 21-11-2013

ANNEX A

Additional Addresses and Contact Points

II)

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



Newydd Housing Association

5, Village Way, Tongwynlais, Cardiff

Cardiff

CF15 7NE

UK

Property

Dave Perry

+44 2920005439


Coding

Commodity categories

ID Title Parent category
50700000 Repair and maintenance services of building installations Repair and maintenance services

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)

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:
21 November 2013
Deadline date:
07 January 2014 00:00
Notice type:
Contract Notice
Authority name:
Newydd Group Ltd
Publication date:
27 March 2014
Notice type:
Contract Award Notice
Authority name:
Newydd Group Ltd
Publication date:
28 October 2015
Notice type:
Contract Award Notice
Authority name:
Newydd Group Ltd
Publication date:
28 March 2014
Notice type:
Contract Award Notice
Authority name:
Newydd Group Ltd

About the buyer

Main contact:
dave.perry@newydd.co.uk
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.