:Supply of Kitchen Unit Replacement Service 2012 - 2017.

Contract notice

Works

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Waterloo Housing Group
Keily House, Gresley Road
Contact point(s): Operations - Repairs & Maintenance
For the attention of: Clive Pridgeon
LN11 8FG Louth
UNITED KINGDOM
Telephone: +44 1507355241
E-mail:
Fax: +44 1507355029

Internet address(es)

General address of the contracting authority http://www.waterloo.org/

Address of the buyer profile http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA10843

Further information can be obtained from: Waterloo Housing Group
Keily House, Gresley Road
Contact point(s): Operations - Repairs & Maintenance
For the attention of: Clive Pridgeon
LN11 8FG Louth
UNITED KINGDOM
Telephone: +44 1507355241
E-mail:
Fax: +44 1507355029
Internet address: http://www.waterloo.org/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Waterloo Housing Group
Keily House, Gresley Road
Contact point(s): Operations - Repairs & Maintenance
For the attention of: Clive Pridgeon
LN11 8FG Louth
UNITED KINGDOM
Telephone: +44 1507355241
E-mail:
Fax: +44 1507355029
Internet address: http://www.waterloo.org/

Tenders or requests to participate must be sent to: Waterloo Housing Group
Keily House, Gresley Road
Contact point(s): Operations - Repairs & Maintenance
For the attention of: Clive Pridgeon
LN11 8FG Louth
UNITED KINGDOM
Telephone: +44 1507355241
E-mail:
Fax: +44 1507355029
Internet address: http://www.waterloo.org/

I.2)Type of the contracting authority
Body governed by public law
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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Kitchen Unit Replacement Service 2012 - 2017.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works: Various locations throughout the East and West Midlands.

NUTS code UK

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 be to deliver a Kitchen Unit Replacement Service including all associated building and mechanical services in line with the Waterloo Housing Group Service Standards. This Notice is on behalf of Waterloo Housing Group for a members of the group - De Montfort Housing Society & Waterloo Housing Association.

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=83877.

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=83877.

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.
II.1.6)Common procurement vocabulary (CPV)

45421151, 50700000

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: yes
Tenders may be submitted for one or more lots
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
Lots 1 - 3: Kitchen Unit Replacement Service including all associated building and mechanical works - 2012 - 2017. This notice is on behalf of Waterloo Housing Group for its operating associations namely De Montfort Housing Society and Waterloo Housing Association.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Waterloo Housing Group may wish to extend this contract beyond the intial 5 year period by up to a maximum of 3 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 2.4.2012. Completion 31.3.2017

Information about lots

Lot No: 3 Lot title: Supply of Kitchen Unit Replacement Service 2012 - 2017 (De Montfort & Waterloo Housing Association)
1)Short description
To supply Kitchen Unit Replacement Service for De Montfort Housing Society and Waterloo Housing Association in line with Waterloo Housing Group Service Standards.
2)Common procurement vocabulary (CPV)

45421151, 50700000

3)Quantity or scope
To replace existing kitchen units and carry out all other associated works such as electrical, gas carcassing and testing, joinery, wall and floor tiling.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 4 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 2.4.2012. Completion 31.3.2017
5)Additional information about lots
This Lot is on behalf of Waterloo Housing Group for members of the group - De Montfort Society and Waterloo Housing Association.
Lot No: 1 Lot title: Supply of Kitchen Unit Replacement Service 2012 - 2017 (De Montfort)
1)Short description
To supply Kitchen Unit Replacement Service for De Montfort Housing Society in line with Waterloo Housing Group Service Standards.
2)Common procurement vocabulary (CPV)

45421151, 50700000

3)Quantity or scope
To replace existing kitchen units and carry out all other associated works such as electrical, gas carcassing and testing, joinery, wall and floor tiling.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 2.4.2012. Completion 31.3.2017
5)Additional information about lots
This Lot is on behalf of Waterloo Housing Group for a member of the group - De Montfort Housing Society.
Lot No: 2 Lot title: Supply of Kitchen Unit Replacement Repairs Service 2012 - 2017 (Waterloo Housing Association)
1)Short description
To supply Kitchen Unit Replacement Service for De Montfort Housing Society in line with Waterloo Housing Group Service Standards.
2)Common procurement vocabulary (CPV)

45421151, 50700000

3)Quantity or scope
To replace existing kitchen units and carry out all other associated works such as electrical, gas carcassing and testing, joinery, wall and floor tiling.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 2.4.2012. Completion 31.3.2017
5)Additional information about lots
This Lot is on behalf of Waterloo Housing Group for a member of the group - Waterloo Housing Association.

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: no
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(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
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) 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;
(3) 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.
(4) 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.
(5) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) 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.
(8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Cost. Weighting 60 %
2. Quality. Weighting 40 %
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:
OP/RM/5087
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: 3.11.2011
IV.3.4)Time limit for receipt of tenders or requests to participate
7.11.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.12.2011
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 tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This Notice is on behalf of Waterloo Housing Group for its member operating associations namely De Montfort Housing Society and Waterloo Housing Association.
Appendix "A" - Property Location List.
The Purchasing Authority is acting on behalf of the following organisations:
This notice is on behalf of the Waterloo Housing Group for the operating registered providers within the group namely De Montfort Housing Society and Waterloo Housing Association.
(MT Ref:83877).
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Jack Whyman
Keily House, Gresley Road
LN11 8FG Louth
UNITED KINGDOM
E-mail:
Telephone: +44 1507355165
Internet address: www.waterloo.org/
Fax: +44 1507355029

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeals must be received within 3 calendar days of receipt of notification of the award.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Clive Pridgeon
Keily House, Gresley Road
LN11 8FG Louth
UNITED KINGDOM
E-mail:
Telephone: +44 1507355241
Internet address: www.waterloo.org/
Fax: +44 1507355029

VI.5)Date of dispatch of this notice:
28.9.2011