Supply and Fit of Composite Door Set
Approximately 1000 Door Sets per annum will be required the sets are to be delivered to our Stores Deparment located within the Sandwell Borough of West Midlands.
UK-Oldbury: Doors
2013/S 092-156934
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sandwell Metropolitan Borough Council
Operations & Development Centre, Direct 2 Industrial Park, Roway Lane
For the attention of: Matthew Cotter
B69 3ES Oldbury
UNITED KINGDOM
Telephone: +44 1215696088
E-mail: allison_gilbert@sandwellhomes.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
Regional or local authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SHD 178 supply and fit of composite door sets.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKG34
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The contract will comprise of a range of Composite Doors Sets manufactured to the Sandwell MBC specification made to order and supplied in a range of colours. Approximately 1000 Door Sets per annum will be required the sets are to be delivered to our Stores Deparment located within the Sandwell Borough of West Midlands. On occasions the contractor may be asked to also provide a fitting service. The awarded contractor shall also provde training to Sandwell MBC’s own door fitters as required.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The size of the contract is approximately 356 000 GBP per annum this figure is indicative and cannot beguaranteed. The length of the contract will be for a period of 3 years.
Estimated value excluding VAT: 1 068 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Contractor must have a minimum annual turnover of more than 1 068 000 GBP. Contractor must be able to provide a manufacturing and fitting service. Contractor must provide training for fitting to Sandwell MBC staff.
III.2)Conditions for participation
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 the requirements are met: Contractor must be a member of Secure by Design and Fensa.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As part of this tendering process Sandwell MBC will assess each contractors Financial Standing by obtaining a financial report on your company from a business information service provider Dun and Bradstreet Ltd. The Report will be obtained using the company registration number you indicate in the Pre Qualification Questionnaire. If necessary a report will also be made on your parent company. The levels of insurance cover required for this framework agreement are as follows Public Products Liability Cover 5 Million per claim. Employers Liability Cover 5 Million per claim.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Average Annual Manpower;
Quality Assurance;
Services and Supplies Contracts;
List of Deliveries in the last 3 years;
Services and Supplies Contracts;
Technical Facilities;
Technicians.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Pre Qualification Questionnaire Applicants whom meet the defined minimum selection criteria and whom achieve the six highest benchmark scores. The scored criteria is the Dun and Bradstreet Risk Rating and Failure Score,the Quality Management System and References all as described in the Pre Qualification Questionnaire. Also criteria set out in the particular conditions above.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SHD 178
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.6.2013 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.6.2013 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.6.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
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
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
If you are interested in participating in this tender exercise you will need to contact Sandwell MBC on the contact points given to express your interest no later than 10.6.2013 the Pre Qualification Questionnaire will then be forwarded to you and must be returned to the designated address no later than 17.6.2013.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.5.2013