Tender for Floor Coverings
The Provision of Floor Coverings and Installation Services.
UK-Warrington: Floor coverings
2013/S 095-161973
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
CEL Procurement Ltd (Procurement for Housing)
2 Olympic Park, Woolston Grange Avenue
For the attention of: Steffanie Dagg
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Fax: +44 8458645261
Internet address(es):
General address of the contracting authority: http://www.cel.co.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA25767
Further information can be obtained from: CEL Procurement Ltd (Procurement for Housing)
2 Olympic Park, Woolston Grange Avenue
For the attention of: Steffanie Dagg
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Fax: +44 8458645261
Internet address: http://www.cel.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: CEL Procurement Ltd (Procurement for Housing)
2 Olympic Park, Woolston Grange Avenue
For the attention of: Steffanie Dagg
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Fax: +44 8458645261
Internet address: http://www.cel.co.uk
Tenders or requests to participate must be sent to: CEL Procurement Ltd (Procurement for Housing)
2 Olympic Park, Woolston Grange Avenue
For the attention of: Steffanie Dagg
WA2 0YL Warrington
UNITED KINGDOM
Telephone: +44 8458645100
Fax: +44 8458645261
Internet address: http://www.cel.co.uk
Health
Housing and community amenities
Education
The contracting authority is purchasing on behalf of other contracting authorities: yes
http://www.procurementforhousing.co.uk/about_us/OJEUframework_permissible_users
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Throughout the United Kingdom.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 21
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 700 000 and 35 000 000 GBP
The framework agreement is for use by, but not limited to:
(1) Housing Associations, Local Authorities, Councils, Registered Social Landlords, Arm’s Length ManagementOrganisation and other public sector organisations such as defence or education.
(2) All 800 plus current members of Procurement for Housing (PfH) and any future members of PfH,details of which can be found in the following link: http://www.procurementforhousing.co.uk/about_us/OJEUframework_permissible_users.
The purpose of this framework agreement is to provide the Floor Coverings and Installation Services to members of, but not limited to PfH. This framework agreement may also be used by other public bodies as defined by the European Union although the agreement has been initially let solely on behalf of PfH members.
The framework will include but is not limited to Flooring, including soft surface and hard surface flooring – Underlay, carpet, hardwood, wood, wood effect, non-slip flooring, grip matting, wet rooms, gripper rods, area rugs, tile, laminate, covering natural stone, marble, ceramic, and porcelain, vinyl, and miscellaneous such as cork, rubber.
The work will be grouped into 7 Lots:
Lot 1 – Scotland.
Lot 2 – Northern England and Northern Ireland.
Lot 3 – Central England and East Anglia.
Lot 4 – Midlands.
Lot 5 – Wales.
Lot 6 – South East England (including London).
Lot 7 – South West England.
For further information please see the PQQ Document.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=102956
The awarding authority has indicated that it will accept electronic responses to this notice via a ‘Tender Submission Postbox’ facility. Further details of this facility are available at http://www.myTenders.org/PostBox/Postbox_Explain.aspx?ID=102956
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
44112200, 44112210, 39530000, 39531000, 39531310, 39531400, 44112230
Tenders may be submitted for one or more lots
The framework agreement is for use by, but not limited to:
(1) Housing Associations, Local Authorities, Councils, Registered Social Landlords, Arm’s Length ManagementOrganisation and other public sector organisations such as defence or education.
(2) All 800 plus current members of Procurement for Housing (PfH) and any future members of PfH,details of which can be found in the following link: http://www.procurementforhousing.co.uk/about_us/OJEUframework_permissible_users
The purpose of this framework agreement is to provide The Supply and Installation of Floor Coverings to members of, but not limited to PfH. This framework agreement may also be used by other public bodies as defined by the European Union although the agreement has been initially let solely on behalf of PfH members.
The framework will include but is not limited to:
— Flooring, including soft surface and hard surface flooring – Underlay, carpet, hardwood, wood, wood effect, non-slip flooring, grip matting, wet rooms, gripper rods, area rugs, tile, laminate, covering natural stone, marble, ceramic, and porcelain, vinyl, and miscellaneous such as cork, rubber.
— The supplier must be able to provide a wide range of products of varying qualities including heavy weight, durable and hard wearing options in a range of colours and textures.
— Be able to offer choice and value suitable for different environments while keeping up to date with current and future trends/needs of the environment.
— Provide flooring by fire regulations, health and safety regulations and slip and stain resistance.
— To fit the flooring, vacuum clean after laying flooring, remove waste and packing of new and old flooring.
— The supplier must be able to provide flooring to any PfH member site within the UK, including members which have multiple sites. The organisation’s logistical infrastructure must also be able to support the delivery and installation of flooring to a potential 800 plus PfH members located throughout the UK.
— The supplier should have available the option of a quick turnaround for urgent orders.
— There will be a requirement for the supplier to satisfy ‘one off’ orders or low value orders placed by members. Equally the supplier must be able to provide samples, project management, and design servicing as and when required by members.
— When there is a requirement the successful supplier will be required to conduct customer consultation sessions and tenant consultation sessions, and therefore a proven track record in this area is required.
— The supplier must have excellent customer service and support teams and be able to provide a dedicated account manager to the framework.
— The supplier will be required to attend regular review meetings with PfH and will also be required to attend review meetings as and when with PfH members.
— There will be instances when PfH or PfH members invite suppliers to participate in min-competition exercises, suppliers are expected to participate in such exercises and if the supplier chooses not to participate then a valid reason explaining why the supplier has declined to take part in the exercises must be provided.
The work will be grouped into 7 Lots:
Lot 1 – Scotland.
Lot 2 – Northern England and Northern Ireland.
Lot 3 – Central England and East Anglia.
Lot 4 – Midlands.
Lot 5 – Wales.
Lot 6 – South East England (including London).
Lot 7 – South West England.
For further information please see the PQQ Document.
Estimated value excluding VAT:
Range: between 700 000 and 35 000 000 GBP
Information about lots
Lot No: 5 Lot title: Wales
44112230, 44112200, 44112210, 39530000, 39531000, 39531400, 39531310
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
39530000, 39531000, 39531310, 39531400, 44112200, 44112210, 44112230
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
44112230, 44112200, 44112210, 39530000, 39531000, 39531310, 39531400
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
44112230, 39530000, 39531000, 39531310, 39531400, 44112200, 44112210
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
44112230, 44112200, 44112210, 39530000, 39531000, 39531400, 39531310
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
44112200, 44112210, 44112230, 39530000, 39531000, 39531400, 39531310
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
39530000, 39531000, 39531310, 39531400, 44112200, 44112210, 44112230
Estimated value excluding VAT:
Range: between 100 000 and 5 000 000 GBP
Section III: Legal, economic, financial and technical information
(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.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The minimum standards PfH requires of an Organisation for it to be eligible to be selected to be invited to tender for the Framework Agreement are:
Eligibility criteria:
— that no circumstances exist requiring the mandatory exclusion of the Organisation (Part B, Question 7.1); and
— that no discretionary grounds for exclusion exist, unless PfH considers that the exclusion of the Organisation for those grounds is not a proportionate response to them (Part B, Question 7.2).
Economic and financial criteria:
— the total value of the lots that the Organisation bid for must not exceed 25 % of the Organisations annual turnover as stated in the most recent financial accounts (Part C, Question 8.3);
— minimum levels of:
— professional indemnity insurance of 500,000 GBP (five hundred thousand pounds);
— employer’s liability insurance of 5 million GBP (five million pounds);
— public liability insurance of 5 million GBP (five million pounds)
or evidence that the Organisation can secure such insurances (Part C, Question 8.5); and
— that nothing is disclosed by any of the financial information required to be supplied by the Organisation or discovered from PfH’s other checks about the Organisation (including bank and credit references) that gives rise to concerns that the Organisation may not complete the full term of the Contract because of financial difficulties (Part C, Question 8 generally).
— Financial ratios that will be used to calculate the financial stability of the organisation are:
— Current ratio which is calculated as; [Current Assets / Current Liabilities],
— Net Profit percentage which is calculated as; [Net Profit / Turnover],
— Return on Investment ratio which is calculated as; [Net Profit / Net Worth].
Technical and professional ability criteria:
— evidence that the Organisation has the capability to meet any minimum requirements for the supplies to be provided under the Framework Agreement as set out in paragraph 1.2 of this PQQ (Part C, Question 9.1);
— evidence that there have been no disputes or terminations of the Organisation’s contracts in the previous 3 years or that where there have been such disputes or terminations they are not due to the default of the Organisation (Part D, Question 9.7);
— evidence that over the previous 3 years the Organisation has undertaken at least 2 (two) other contracts that are similar to those covered by the Framework Agreement, for clients with similar requirements (including the client being subject to an external regulatory regime) as PfH members (Part D, Questions 9.2 to 9.4 inclusive);
— that no concerns are disclosed by any of the references or the information provided in response to this PQQ relating to the Organisation’s skills, efficiency, exercise or reliability that give rise to concerns that the Organisation will not deliver all contracts called off under the Framework Agreement, the supplies to the standards PfH members will require (Part D, Question 9 generally and Question 9.3 in particular);
— evidence either that there have been no prosecutions of, or notices served on, the Organisation for breaches of either health and safety laws or environmental laws or that, where there have been, adequate steps have been taken to prevent a recurrence, (Part D, Questions 9.9 and 9.10);
— evidence that it is the Organisation’s stated policy to comply with equality and diversity legislation and either that there have been no findings of unlawful discrimination against the Organisation under equality and diversity legislation or that, where there have been, adequate steps have been taken to prevent a recurrence (Part D, Question 9.12); and
— evidence that the Organisation has an anti-bribery policy (Part D, Question 9.15).
PfH reserves the right to disqualify any tenderer if it finds out at any time during the procurement that the Organisation either did not meet or no longer meets the minimum prequalification standards set out above.
Payable documents: yes
Price: 120 GBP
Terms and method of payment: Suppliers wishing to participate in this procurement exercise must submit a non-refundable cheque for 100 GBP plus VAT (120 GBP total) FAO: Steffanie Dagg at CEL Procurement Ltd, 2 Olympic Park, Birchwood, Warrington, WA2 0YL to cover the costs of evaluating the PQQ. Cheques should be made payable to Collective Enterprises Limited. Please note submissions received without an administration fee will NOT be evaluated.
Section VI: Complementary information
(MT Ref:102956)