Internal Building Works Tender
The Council are seeking expressions of interest for suitable organisations to undertake internal works to the Authority’s housing stock in line with the Welsh Housing Quality Standard (WHQS) Programme.
UK-Ystrad Mynach: Plastering work
2013/S 018-026075
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Caerphilly County Borough Council
Procurement Services, Ty Penallta Council Offices, Hengoed
Contact point(s): www.proactisplaza.com/SupplierPortal
For the attention of: Derek Morris
CF82 7PG Ystrad Mynach
UNITED KINGDOM
Telephone: +44 1443863195
E-mail: morrid@caerphilly.gov.uk
Fax: +44 1443863167
Further information 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)
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Within the Geographical Boundaries of Caerphilly County Borough Council.
NUTS code UKL
This arrangement requires companies to provide a range of internal works and materials including but not limited to the following:
Plastering, electrical rewiring, installation of heating systems, kitchens and bathrooms, including wall and floor tiling and general plumbing works.
Community Benefits apply to this contract, Further details: The Council is committed to contributing to the social, economic and environmental well-being of the wider community. At award of the contract, the successful provider will be expected to work with the Council to maximise the community benefits delivered through the contract. This will include (but not be limited to): Training and employment opportunities – to be developed in line with the Caerphilly Passport Programme (or equivalent)Maximising supply chain opportunities for SME’s Working with schools and colleges – work experience/ work placements. Existing Contractual Arrangements: In order to ensure that the Council meets its commitment to bringing up the standard and condition of its existing housing stock to the Welsh Government’s Welsh Housing Quality Standard (“the Standard”) by the end of 2019, a number of contractual arrangements are in place which cover some elements of the scope of this agreement. In order to ensure that the Standard is met, some of these contracted arrangements may continue into the early term of this agreement. Further details regarding this issue can be found within the tender documentation. Bidders’ Days/information:The Council will be holding a Bidder days for each procurement associated with the WHQS Programme, details can be obtained from Jemma Ford (Supplier Realtionship Officer) on +44 1443863163 Community Benefits will form part of the arrangement and be evaluated based on both core and non core elements as stated within the tender documents.
45410000, 45310000, 45315000, 45331000, 45422000, 45332200, 45333100, 31210000, 31220000, 31300000, 31320000, 31350000, 39715210, 44220000, 44230000, 45210000, 45232141, 45262660, 45330000, 45331100, 45331110, 45332400, 45333000, 45350000, 45420000, 45430000, 45431000, 45431200, 45431100, 45432100, 45432111, 45442100, 50721000, 90650000
Tenders may be submitted for one or more lots
Lot 1 Eastern Valley – GBP 27 m (twenty-seven million pounds);
Lot 2 Upper Rhymney Valley – GBP 15 m (fifteen million pounds);
Lot 3 Lower Rhymney Valley – GBP 15 m (fifteen million pounds).
Bidders are allowed to tender for all three lots but will only be able to win one of the lots available if successful. The process for managing this will be set out in the ITT.
Bidders are required to complete only one PQQ and will confirm which lot/s they intend to apply for in the ITT document.
Bidders shall also note that the spends identified above are indicative only and may change during the course of the contract.
The commitment contract will be for a 6-year period and commence on 1.4.2014 to 31.3.2020.
Bidders must have an annual turnover of GBP 1,500,000.00 (1.5 million) or more as part of this arrangement. Bids received with less than an annual turnover of GBP 1,500,000.00 (1.5 million) will not be accepted.
Estimated value excluding VAT: 5 700 000 GBP
Description of these options: Companies are advised that they can tender for all 3 lots but only win one lot out of the three offered.
Section III: Legal, economic, financial and technical information
Description of particular conditions: As outlined in the contract and tender documentation.
As set out in the tender documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The criteria used for selecting the limited number of candidates to tender are detailed in the pre qualification questionnaire (“PQQ”) and supporting documentation. However, it should be noted that both financial / economic standing and quality thresholds will apply.
Payable documents: no
Place:
Caerphilly County Borough Council, Penallta House, Tredomen Park, Ystrad Mynach, Hengoed, CF82 7PG via Proactis Plaza e-tendering portal.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: The Head of Procurement and / or Authorised Council employees only. No members of the general public.
Section VI: Complementary information
(i) As part of the process, the tender will be undertaken utilising Caerphilly CBC’s Proactis Plaza e-tendering system. Therefore, companies are invited to follow the following directions to register on the system:
1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com
2. Click the “Register Now” button at the bottom of the window.
3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generate the Organisation ID and User Name for you.
4. Please make a note of the Organisation ID and User Name, then click “Register”.
5. You will then receive an email from the system asking you to “Click here to activate your account”. This takes you to Enter Organisation Details.
6. Please enter the information requested, click “Next” and follow the instructions ensuring that you enter all applicable details.
7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice.
8. Accept the Terms and Conditions and then click “Next”. This takes you in to the Welcome window.
9. In the “Welcome” window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.
10. Now click “Done” and you will enter the Supplier Home page.
11. From the Home Page, go to the “Opportunities” area, then search for New Opportunities. Click on the “ID” of the relevant opportunity and then click to register your interest on the relevant button. Click the “Requests from Buyers” command in the Opportunities area. This will take you to the list of current opportunities available to you.
12. Click the Project ID that relates to this notice, this will take you into the Tender Request.
13. Note the closing date for completion of the relevant project. Please review the “Items” tab and the Documents tab as there will be information relating to the project held here.
14. You can now either “Create a Response” to, or “Decline” this opportunity.
(ii) Contract award and liability in respect of tendering costs
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
The Council does not bind itself to accept the lowest or any tender as part of this process.
(iii) Tender documents
The tender documents will outline the requirements of the tender process and the evaluation criteria.
PQQ’s are to be returned in accordance with the instructions in the PQQ documentation and in order to receive consideration must be received no later than 12:00 noon on 11.3.2013. It should be noted that the deadline for requests to participate is 12:00:00 on 4.3.2013 and it should be noted that the PQQ documentation will not be available after this time.
The PQQ selection criteria is as detailed in the PQQ documentation.
The tender award criteria for this procurement will comprise of cost and quality. Full details of the award criteria and the method of evaluation will be provided in the ITT documents.
It is anticipated that the invitation to Tender (ITT) documentation will be sent out on 18.6.2013, although the Council reserves the right to change this date at any time.
(iv) Living Wage:
The Council has adopted the policy in relation to the “Living Wage”. The “Living Wage” is deemed to be the minimum income necessary for a worker to meet their basic needs. The current living wage is GBP 7.45 per hour outside of London. It is hoped that the successful contractor will give due consideration to the payment of the living wage to its employees, sub contractors and other persons it may engage in order to deliver this contract.
(v) Existing Contractual Arrangements:
In order to ensure that the Council meets its commitment to bringing up the standard and condition of its existing housing stock to the Welsh Government’s WHQS by the end of 2019, a number of contractual arrangements are in place which cover some elements of the scope of Contract Notice for the Supply of Labour & Materials for the WHQS Internal Works Programme. In order to ensure that the WQHS is met, some of these contracted arrangements may continue into the early term of this agreement. Further details regarding this issue can be found within the tender documentation.
(vi) Supply Partner for Key Components
Bidders will be required to purchase their “key components” from the Council’s Supply Partner. For more information please refer to the tender documents.
Buy4Wales Reference Number: 32702.
Economic operators who have been prejudiced or are at risk of prejudice may issue proceedings in the High Court (England and Wales) in accordance with the Regulations. Bidders should be aware that strict limits apply as laid down by the regulations.
VI.5)Date of dispatch of this notice:22.1.2013