Supply of Kitchen Units in South West England. Advantage SW Members will enter into Contracts with the successful tenderer for their requirements that may be satisfied directly or via contractors.
United Kingdom-Yeovil: Fitted kitchens
2016/S 050-082497
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Advantage South West
South Somerset House, Alvington
For the attention of: Mr Neil Biddiscombe
BA22 8WN Yeovil
UNITED KINGDOM
Telephone: +44 1935404566
E-mail: neil.biddiscombe@yhg.co.uk
Internet address(es):
General address of the contracting authority: http://www.advantagesw.co.uk/
Electronic access to information: www.advantageswtenders.co.uk
Electronic submission of tenders and requests to participate: www.advantageswtenders.co.uk
Further information can be obtained from: Advantage South West
South Somerset House, Alvington
For the attention of: Mr Neil Biddiscombe
BA22 8WN Yeovil
UNITED KINGDOM
Telephone: +44 1935404566
E-mail: neil.biddiscombe@yhg.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Advantage South West
South Somerset House, Alvington
For the attention of: Mr Neil Biddiscombe
BA22 8WN Yeovil
UNITED KINGDOM
Telephone: +44 1935404566
E-mail: neil.biddiscombe@yhg.co.uk
Tenders or requests to participate must be sent to: Advantage South West
South Somerset House, Alvington
For the attention of: Mr Neil Biddiscombe
BA22 8WN Yeovil
UNITED KINGDOM
Telephone: +44 1935404566
E-mail: neil.biddiscombe@yhg.co.uk
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
Coastline Housing
Barncoose Gateway Park
TR15 3RQ Redruth
UNITED KINGDOM
DCH
Paris Street
EX1 2JZ Exeter
UNITED KINGDOM
East Devon District Council
Knowle
EX10 8HL Sidmouth
UNITED KINGDOM
Exeter City Council
Paris Street
EX1 2JN Exeter
UNITED KINGDOM
Magna Housing Group
Hollands House, Poundbury Road
DT1 1SW Dorchester
UNITED KINGDOM
North Devon Homes
Westacott Road
EX32 8TA Barnstaple
UNITED KINGDOM
Ocean Housing Group
Stennack Road
PL25 3SW St Austell
UNITED KINGDOM
Teign Housing
Millwood House, Collet Way
TQ12 4PH Newton Abbot
UNITED KINGDOM
Taunton Deane Borough Council
Belvedere Road
TA1 1HE Taunton
UNITED KINGDOM
United Communities
Eden House, Eastgate Office Park
BS5 6XX Bristol
UNITED KINGDOM
Westward Housing Group
Templar House, Collet Way
TQ12 4PH Newton Abbot
UNITED KINGDOM
Yarlington Housing Group
Lupin Way
BA22 8WN Yeovil
UNITED KINGDOM
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
Purchase
NUTS code UKK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 2
Duration of the framework agreement
Duration in years: 0
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 7 500 000 and 12 000 000 GBP
Frequency and value of the contracts to be awarded: Advantage SW Members will enter into Contracts with the successful tenderer for their requirements that may be satisfied directly or via contractors. These Contracts will be for a maximum of 3 years and will be awarded during the term of the Framework. Members will be able to enter consecutively into more than one Contract for their requirements. Additionally the framework will contain a second company, and consequently has been advertised as a multi-supplier framework, which shall be in place as a ‘reserve’ should the company selected as detailed in the paragraph above consistently fail to meet the performance requirements.
II.1.5)Short description of the contract or purchase(s)
Two Lots. Each Lot to have 2 companies, the second placed company shall be in place as a ‘reserve’ should the company selected in first place for each Lot consistently fail to meet the performance requirements.
Due to the potential for variances in the quantities ordered under this framework we are specifying a maximum framework value of 12 000 000 GBP.
II.1.6)Common procurement vocabulary (CPV)
39141400
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:
Estimated value excluding VAT:
Range: between 0 and 12 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: Lot 1
1)Short description
2)Common procurement vocabulary (CPV)
39141400
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Lot 2
1)Short description
2)Common procurement vocabulary (CPV)
39141400
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Contained with the pre-qualification questionnaire which is downloadable from www.advantageswtenders.co.uk
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Contained with the pre-qualification questionnaire which is downloadable from www.advantageswtenders.co.uk
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: This project has minimum requirements for economic and financial capacity which are contained with the pre-qualification questionnaire which is downloadable from: www.advantageswtenders.co.uk
Minimum level(s) of standards possibly required: This project has minimum requirements for economic and financial capacity which are contained with the pre-qualification questionnaire which is downloadable from: www.advantageswtenders.co.uk The minimum turnover requirement for this framework is 2 500 000 GBP p.a.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
This project has minimum requirements for technical capacity which are contained with the pre-qualification questionnaire which is downloadable from:www.advantageswtenders.co.uk
Minimum level(s) of standards possibly required:
This project has minimum requirements for technical capacity which are contained with the pre-qualification questionnaire which is downloadable from:www.advantageswtenders.co.uk
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Contained with the pre-qualification questionnaire which is downloadable fromwww.advantageswtenders.co.uk
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: The e-auction will be run using the www.advantageswtenders.co.uk web site. Information on the e-auction will be provided in the Invitation to Tender.
IV.3.1)File reference number attributed by the contracting authority:
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Advantage SW is a purchasing consortium for social housing. Members of Advantage SW will be able to access this Framework to award contracts of up to 3 years in length. Current Members of Advantage SW are Coastline Housing, DCH, East Devon District Council, Exeter City Council, Magna Housing Group, North Devon Homes, Ocean Housing, Synergy Housing Group, Westward Housing Group, Teign Housing, Taunton Deane Borough Council, United Housing, Yarlington Housing. Any further organisations that join Advantage SW will also be able to access the framework. This Contract Notice is therefore placed on behalf of those future members too. Names of potential contracting authorities who may wish to access the framework can be found at: — https://www.gov.uk/government/publications/current-registered-providers-of-social-housing —http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=9 Interested companies can access the documentation atwww.advantageswtenders.co.uk (free of charge). You must download the pre-qualification questionnaire, complete it and submit it by the submission time/date. Please note within the PQQ the reference requirement. If the applicant considers that any information supplied by him is either commercially sensitive or confidential in nature then this should be highlighted and the reasons for its sensitivity given.
VI.5)Date of dispatch of this notice: