Scaffolding Services Framework
RCTH is seeking to appoint a number of scaffolding suppliers to support the service delivery of our internal repairs team.
United Kingdom-Pontypridd: Scaffolding
2015/S 067-120031
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
RCT Homes
Ty Pennant, Mill Street
Contact point(s): Procurement Team
CF37 2SW Pontypridd
UNITED KINGDOM
Telephone: +44 1443494400
Internet address(es):
General address of the contracting authority: www.rcthomes.co.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0787
Electronic access to information: http://www.etenderwales.bravosolution.co.uk/
Electronic submission of tenders and requests to participate: http://www.etenderwales.bravosolution.co.uk/
Further information can be obtained from: RCT Homes
Ty Pennant, Mill Street
CF37 2SW Pontypridd
UNITED KINGDOM
Telephone: +44 1443494400
Internet address: www.rcthomes.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: RCT Homes
Ty Pennant, Mill Street
CF37 2SW Pontypridd
UNITED KINGDOM
Telephone: +44 1443494400
Internet address: www.rcthomes.co.uk
Tenders or requests to participate must be sent to: RCT Homes
Ty Pennant, Mill Street
CF37 2SW Pontypridd
UNITED KINGDOM
Telephone: +44 1443494400
Internet address: www.rcthomes.co.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 27: Other services
Main site or location of works, place of delivery or of performance: Rhondda Cynon Taf.
NUTS code UKL15
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: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 845 688 GBP
II.1.5)Short description of the contract or purchase(s)
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.uk/search/search_switch.aspx?ID=24899
II.1.6)Common procurement vocabulary (CPV)
44212310, 44212315, 45262100, 45262110, 45262120
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 ability
(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;
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.3.4)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.3.8)Conditions for opening of tenders
Date: 18.5.2015 – 12:00
Place:
RCT Homes Head Office
Section VI: Complementary information
VI.3)Additional information
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.5)Date of dispatch of this notice: