Building Construction Works Swindon
13 Lots. Each Lot within a tender will be assessed individually and award to the Framework will be on a Lot by Lot basis. 1. Kitchen Installations. 2. Bathroom Installations. 3. Electrical Installations.
United Kingdom-Swindon: Construction work
2016/S 099-177035
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Westworks Procurement Limited
The National Self Build and Renovation Centre, Lydiard Fields, Great Westwern Way
For the attention of: Susana Almeida
SN5 8UB Swindon
UNITED KINGDOM
E-mail: info@westworks.org.uk
Internet address(es):
General address of the contracting authority: www.westworks.org.uk
Address of the buyer profile: www.westworks.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Alliance Homes, Aster Group, Bournemouth Borough Council, Curo Group, Housing Solutions Group, Knightstone, Merlin Housing Society, Shepherds Bush H, Solon SW HA, Sovereign HA, Stroud District Council, Stonewater, Affinity Sutton, Gloucester City Homes, Oxford City Council, Winchester City Council, Homes in Sedgemoor, United Communities, Taunton Deane Borough Council, Devon and Crnwall Homes, Poole Homes Partnership, Rooftops Housing Group, Greensquare Efficiency East Midlands, Eastern Procurement, South East Consortium, Advantage South West, any additional public bodies
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UK
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 several operators
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 850 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Potential Providers may submit a tender for one of more of the Lots. Each Lot within a tender will be assessed individually and award to the Framework will be on a Lot by Lot basis.
1. Kitchen Installations.
2. Bathroom Installations.
3. Electrical Installations.
4. Electrical Testing and Remedial Works.
5. Gas Heating Installations.
6. Window Installations.
7. Door Installations.
8. Groundworks.
9. Damp Proofing.
10. General Building.
11. Flat Roofing.
12. Pitched Roofing.
13. Cavity and Loft Insulation Cleaning and Reinstatement.
Details or specifications for the works under each Lot are contained within the ‘Lot specific pricing documents’ which form part of this ITT pack.
WPL is not intending to split the tender by geographical lots but to award places on the Framework to ensure that each Lot contains enough providers to satisfy geographical and volume coverage. As part of their tender submission Potential Providers are required to complete Appendix D ‘Postcode Declaration’ to identify the geographical areas in which they can demonstrate they can work. A Potential Provider’s limited geographical coverage will not necessarily result in exclusion from the procurement. One of WPL’s aims, and that of its Users, is to encourage local business growth and employment opportunities and therefore it wishes to encourage small to medium as well as larger enterprises to participate.
As WPL works closely with its sister HCA-backed consortia and similar publicly funded organisations, the geographical coverage of this Framework may be subject to adjustment and therefore the NUTS Code for the whole of the UK has been used in the Contract Notice. For clarity purposes the main areas currently serviced by WPL are the South and South West of England and the South of Wales, although other areas may be served through our sister consortia using this arrangement.
Providers on the Framework may be required to work with other contractors within projects and to utilise supply chains established by WPL, its sister consortia and its Users. Where possible such occurrences will be clearly indicated within the mini-competition at the time of the contract call-off process.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45400000, 45320000, 45311000, 45260000, 45321000, 45330000, 45350000, 45331100, 45420000, 45310000, 45315000, 92522000,45300000
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:
Range: between 1 000 000 and 850 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Kitchen Installations
2)Common procurement vocabulary (CPV)
45000000, 45421151, 45212500
3)Quantity or scope
Range: between 1 000 000 and 100 000 000 GBP
Lot No: 2 Lot title: Bathroom Installations
2)Common procurement vocabulary (CPV)
45211310, 45000000
3)Quantity or scope
Range: between 1 000 000 and 100 000 000 GBP
Lot No: 3 Lot title: Electrical Installations
2)Common procurement vocabulary (CPV)
45000000, 45317200, 45311100, 45317400, 45311200, 45315100, 45317000, 45315000, 45317300, 45317100, 45311000, 45310000
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 4 Lot title: Electrical Testing and Remedial Works
2)Common procurement vocabulary (CPV)
45000000, 45317200, 45311100, 45317400, 45311000, 45315100, 45317000, 45315000, 45317300, 45317100, 45311200, 45310000
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 5 Lot title: Gas Heating Installations
2)Common procurement vocabulary (CPV)
45000000, 45231221, 45231223, 45250000, 45255800, 45255000, 45251240, 45333100, 45255300, 45231220, 45223720, 45231222, 45231200,45255700, 45333200, 45333000
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 6 Lot title: Windows Installations
2)Common procurement vocabulary (CPV)
45421100, 45421130, 45000000, 45421140, 45421132
3)Quantity or scope
Range: between 1 000 000 and 100 000 000 GBP
Lot No: 7 Lot title: Door Installations
2)Common procurement vocabulary (CPV)
45000000, 45421130, 45421100, 45316100, 45421140, 45421110, 45421131, 45331211, 45421111
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 8 Lot title: Groundworks
2)Common procurement vocabulary (CPV)
45000000, 45234125, 45223310, 45111250, 45234123, 45112720, 45221250, 45111240, 45234122, 45111230, 45112723, 45234124, 45212221
3)Quantity or scope
Range: between 1 000 000 and 100 000 000 GBP
Lot No: 9 Lot title: Damp Proofing
2)Common procurement vocabulary (CPV)
45000000, 42512510, 50222100
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 10 Lot title: General Building
2)Common procurement vocabulary (CPV)
45000000
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 11 Lot title: Flat Roofing
2)Common procurement vocabulary (CPV)
44112500, 45000000, 45261420, 45343100
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 12 Lot title: Pitched Roofing
2)Common procurement vocabulary (CPV)
44112500, 45000000, 45261420, 45343100
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Lot No: 13 Lot title: Cavity and Loft Insulation Cleaning and Reinstatement
2)Common procurement vocabulary (CPV)
44112600, 45261410, 45323000, 45000000, 71313200, 45320000, 45321000
3)Quantity or scope
Range: between 1 000 000 and 50 000 000 GBP
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if requirements are met: (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 gross 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.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if requirements are met: (1) A statement of the candidates average annual number of support, operational and managerial staff. (2) Details of the educational and professional qualifications of their key 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; (3) Where appropriate, 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. QA management procedures will be requested for submission. (4) 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 research and development facilities and quality control measures. (5) A statement of the candidates technical facilities; measures for ensuring quality; and their research and development facilities. (6) An indication of the proportion of the contract which the services provider intends to sub-contract. (7) 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. (8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract. (9) A sample of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Westworks Procurement Ltd
The National Self-Build and Refurbishment Centre, Lydiard Fields, Great Western Way
SN5 8UB Swindon
UNITED KINGDOM
E-mail: cwoodward@westworks.org.uk
Telephone: +44 7584202444
Internet address: https://in-tendhost.co.uk/westworks
Body responsible for mediation procedures
Westworks Procurement Ltd
The National Self-Build and Refurbishment Centre, Lydiard Fields, Great Western Way
SN5 8UB Swindon
UNITED KINGDOM
E-mail: cwoodward@westworks.org.uk
Telephone: +44 7584202444
Internet address: https://in-tendhost.co.uk/westworks
VI.4.3)Service from which information about the lodging of appeals may be obtained
Westworks Procurement Ltd
The National Self-Build and Refurbishment Centre, Lydiard Fields, Great Western Way
SN5 8UB Swindon
UNITED KINGDOM
E-mail: info@westworks.org.uk
Internet address: https://in-tendhost.co.uk/westworks
VI.5)Date of dispatch of this notice:
Related Posts
Building Construction Works Framework Agreement Castleford
Mechanical and Electrical Engineering Tender Staffordshire
Structural and Civil Engineering for Keele University
Bexley Council Approved Contractors Lists Review