Supply and Fitting of Floor Coverings to Sheffield City Council
Sheffield City Council wishes to appoint a contractor to supply and fit floor coverings to new and refurbished buildings where required.
United Kingdom-Sheffield: Installation services (except software)
2017/S 063-119226
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sheffield City Council
Level 8, East Wing, Moorfoot Building
For the attention of: Mrs Sian Holmes
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057397
E-mail: sian.holmes@sheffield.gov.uk
Internet address(es):
General address of the contracting authority: https://www.sheffield.gov.uk/
Further information can be obtained from: Sheffield City Council
Level 8, East Wing, Moorfoot Building
Contact point(s): Mrs Sian Holmes
For the attention of: Mrs Sian Holmes
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057397
E-mail: sian.holmes@sheffield.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sheffield City Council
Level 8, East Wing, Moorfoot Building
Contact point(s): Mrs Sian Holmes
For the attention of: Mrs Sian Holmes
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057397
E-mail: sian.holmes@sheffield.gov.uk
Tenders or requests to participate must be sent to: Sheffield City Council
Level 8, East Wing, Moorfoot Building
Contact point(s): Mrs Sian Holmes
For the attention of: Mrs Sian Holmes
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057397
E-mail: sian.holmes@sheffield.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 14: Building-cleaning services and property management services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: As the work will be conducted on rolling programmes and as and when requirements, it does not make financial sense for Sheffield City Council to retain Suppliers on a permanent contract when the supplied service is not required.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 100 000 and 950 000 GBP
Frequency and value of the contracts to be awarded: Not Known.
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
51000000, 70000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — the supply and fitting of carpets and commercial floor coverings — SCC Business Estate.
Lot 2 — the supply and fit of floor coverings — Furnished Rental Accommodation. Approximately 1 300 furnished rental properties in scope with anticipated requirement for 500 per year.
Lot 3 — the supply of commercial floor coverings — Manor Lane site only.
Estimated value excluding VAT:
Range: between 100 000 and 950 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Supply and fitting of commercial floorcoverings to scc business estate
1)Short description
2)Common procurement vocabulary (CPV)
51000000, 70000000
3)Quantity or scope
As a minimum standard all carpets/vinyl/other floor covering must be:-
—
Stain resistant
—
Flame resistant
—
Comply with British Standard or E.U. equivalent
—
Available in a variety of widths
—
Available in a variety of colours
—
Anti-slip
—
For commercial use
Other requirements to be provided under this contract are:
—
‘Tapiflex’ floor tiles (vinyl) or equivalent
—
Flame retardant carpet protector
—
Floor protector film
—
‘Polysafe’ lino or equivalent
SAMPLES — Short listed tenderers may be asked to provide samples of all products offered. If so, the Council will request the samples at the tender evaluation stage. Tenderers are asked not to provide samples at the tender return stage.
When floorcoverings are initially fitted in an empty room the contractor will be required to: –
—
Sweep all rooms to remove any debris prior to fitting
—
Prepare surfaces, including any necessary screeding or boarding
—
Fit the appropriate door plates between rooms
—
All surplus floorcovering and packaging to be removed by the contractor
—
Inform the appropriate Council Officer of any problems affecting installation
When replacement floorcoverings are required to an occupied room the contractor will be required to: –
—
Move the furniture in situ
—
Lift the current floorcovering
—
Sweep the floor to remove any debris prior to fitting
—
Prepare surfaces, including any necessary screeding or boarding
—
Replace the furniture
—
Remove the old floorcovering and any surplus new floorcovering and packaging
—
Fit the appropriate door plates between rooms
—
Inform the appropriate Council Officer of any problems affecting installation
The contractor will be required to strictly adhere to their Health and Safety Policy whilst carrying out any work under this contract.
—
Minimum standards
—
Preparation of premises prior to fitting the floorcovering
—
Fitting of floorcovering
—
Making good of premises prior to completion.
Estimated value excluding VAT:
Range: between 80 000 and 320 000 GBP
5)Additional information about lots
Lot No: 2 Lot title: Supply and fitting of floorcovering to furnished rental accommodation
1)Short description
2)Common procurement vocabulary (CPV)
51000000, 70000000
3)Quantity or scope
As a minimum standard the carpets must be:
—
Twist pile
—
New and stain resistant
—
Colour: London Brown, London Grey and London Black or similar by agreement if colour is an issue
—
Woven polypropylene felt backed
—
British Standard BS4970 — Anti Static
—
650 Gram per meter
—
Heavy domestic use
As a minimum standard the vinyl must be:
—
R10 anti slip rated cushion floor vinyl with 0.25mm wear layer
—
Colour: Dark Oak, Beech and Grey slate effect or similar by agreement if colour is an issue
When carpets or vinyl are initially fitted in an empty property the contractor will be required to:
—
Sweep all rooms to remove any debris prior to fitting
—
Fit the appropriate chrome coloured doorplates between rooms.
—
All surplus material and packaging to be removed by the contractor
—
Inform Furnished Accommodation of any problems affecting installation.
When Replacement carpets or vinyl are required to a property with existing flooring in situ the contractor will be required to:
—
Move the furniture in situ
—
Lift the current carpet / vinyl and dispose of appropriately
—
Sweep the floor to remove any debris prior to fitting
—
Replace moved furniture
—
Remove old carpets and any packaging or fitting wastes
—
Fit the appropriate chrome coloured doorplates between rooms
All tasks are to be completed within 3 working days, which includes day of notification if before 12:00 noon. Furnished Accommodation will advising that keys are available for collection from various sites around Sheffield.
The contractor will carry out the work & return the keys to various sites around Sheffield.
Estimated value excluding VAT:
Range: between 150 000 and 600 000 GBP
5)Additional information about lots
Lot No: 3 Lot title: Supply of commercial floorcoverings to scc manor lane site
1)Short description
2)Common procurement vocabulary (CPV)
51000000, 70000000
3)Quantity or scope
As a minimum standard all carpets/vinyl/other floor covering must be:-
—
Stain resistant
—
Flame resistant
—
Comply with British Standard or E.U. equivalent
—
Available in a variety of widths
—
Available in a variety of colours
—
Anti-slip
—
For commercial use
—
Other requirements to be provided under this contract are:
—
‘Tapiflex’ floor tiles (vinyl) or equivalent
—
Flame retardant carpet protector
—
Floor protector film
—
‘Polysafe’ lino or equivalent
SAMPLES — Short listed tenderers may be asked to provide samples of all products offered. If so the Council will request the samples at the tender evaluation stage. Tenderers are asked not to provide samples at the tender return stage.
Items are to be delivered direct to Manor Lane site at direction of Facilities Management Team.
Estimated value excluding VAT:
Range: between 20 000 and 80 000 GBP
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Background info about organisation: Section 7a Contractor Questionnaire — Part 1
Not scored
Grounds for Mandatory Exclusion: Section 7a Contractor Questionnaire — Part 2
Pass/fail
Grounds for Mandatory Exclusion: Section 7a Contractor Questionnaire — Part 3
Pass/fail
Economic/Financial Standing: Section 7a Contractor Questionnaire — Part 5
Pass/fail
Technical/Professional Ability: Section 7a Contractor Questionnaire — Part 6
Pass/fail
Statutory Compliance: Section 7a Contractor Questionnaire — Part 7
Pass/fail
Failure to pass the suitability assessment will result in immediate elimination from the tender process.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Suppliers meeting the minimum standards of Quality will be eligible for evaluation on Price. The lowest Price will be the winning bid.
III.2.3)Technical capacity
Part 2 — Quality Award Criteria — Method Statement Weighting 40 % 2A — Service and proposals for delivery (including technical requirements). Ability to provide the full range of requirements needed for this contract to include but not limited to the full range of floor coverings required in the correct colour & to the correct standard. Ability to provide the service to a large number and range of establishments in a timely fashion. 20 % 2B — Proposals around the management of the contract (including Account management, vendor management, service levels, performance indicators. Propose ideas & suggestions for achieving additional cashable and efficiency savings 10 % 2C — Skills experience and competency of staff who will be working on the contract 10 %.
Minimum level(s) of standards possibly required:
Failure to achieve 50 % of the available points for any one criterion, in any gateway, may bar a tender from further consideration. Additionally, tenders must achieve an aggregate quality point score of 67 % to be considered for advancement to the Part 3 Price evaluation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Sheffield City Council
Commercial Services, Floor 8 East Wing, Moorfoot Building
S1 4PL Sheffield
United Kingdom
E-mail: sian.holmes@sheffield.gov.uk
Telephone: +44 1142057397
Internet address: www.sheffield.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Sheffield City Council
Commercial Services, Floor 8 East Wing, Moorfoot Building
S1 4PL Sheffield
United Kingdom
E-mail: sian.holmes@sheffield.gov.uk
Telephone: +44 1142057397
Internet address: www.sheffield.gov.uk
VI.5)Date of dispatch of this notice: