South Wales General Building Maintenance
The works will include day to day responsive repairs, emergency repair work including out of hours emergency work and void property works, to approximately 2 300 domestic properties and 5 sheltered schemes, throughout a variety of regions within South Wales.
United Kingdom-Cardiff: Repair and maintenance services of building installations
2013/S 228-396611
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Newydd Housing Association
5, Village Way, Tongwynlais
Contact point(s): Property
For the attention of: Dave Perry
CF15 7NE Cardiff
UNITED KINGDOM
Telephone: +44 2920005431
E-mail: dave.perry@newydd.co.uk
Fax: +44 8702420674
Internet address(es):
General address of the contracting authority: www.newydd.co.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA1143
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: Newydd Housing Association
5, Village Way, Tongwynlais
Contact point(s): Property
For the attention of: Dave Perry
CF15 7NE Cardiff
UNITED KINGDOM
Telephone: +44 2920005439
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various Sites Throughout South Wales.
NUTS code UK
50700000
Section III: Legal, economic, financial and technical information
Description of particular conditions: 50 % of workforce to be local labour.
(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.
(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.
(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.
Reference to the relevant law, regulation or administrative provision: A nationally recognised electrical body, i.e NICEIC or ECA
Section IV: Procedure
Section VI: Complementary 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:
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.5)Date of dispatch of this notice:21.11.2013