By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply and Delivery of Building Materials.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The Council of the Borough of Kirklees
Building Services, Flint Street, Fartown
HD1 6LF Huddersfield
UNITED KINGDOM

Internet address(es):

General address of the contracting authority: www.kirklees.gov.uk

Address of the buyer profile: www.yortender.co.uk

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.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: Kirklees Council
Physical Resources and Procurement, 1st Floor, Civic Centre III, Market Street
HD1 2TG Huddersfield
UNITED KINGDOM
E-mail:
Internet address: www.kirklees.gov.uk

Tenders or requests to participate must be sent to: Kirklees Council
Physical Resources and Procurement, 1st Floor, Civic Centre III, Market Street
HD1 2TG Huddersfield
UNITED KINGDOM
E-mail:
Internet address: www.kirklees.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Supply and Delivery of Building Materials.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKE43

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the setting up of a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Building materials. The Council of the Borough of Kirklees intends to establish a Dynamic Purchasing System for the supply of Building Materials to the Council Stores and for Direct to Site deliveries.
II.1.6)Common procurement vocabulary (CPV)

44111000

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:
The tender will be divided into the following Lots, each subject to prices being obtained via an e-auction:
Lot No Description
1 Plumbing Materials
2 Heating and Gas Spares
3 General Building Materials
4 Ironmongery and Hardware Sundries
5 Timber & Joinery, incl Internal Doors & Fencing
6 Electrical Materials
7 Paint and Solvents
8 Kitchens
9 Sealants, Adhesives and Decorating Sundries
10 UPVC Windows & Composite Doors
11 Roofing Materials.
Estimated value excluding VAT: 60 552 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.9.2015. Completion 31.8.2023

Information about lots

Lot No: 1 Lot title: Plumbing Materials - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Plumbing Materials to the Council Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

44115210, 39144000, 44410000, 39715300, 44163000, 44163200, 44167000, 44167300, 44523300, 44163100, 44163110

3)Quantity or scope
Lot 1 is the supply and delivery of plumbing materials to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 6 152 000 GBP. The estimated contract value of supplies direct to site is 3 912 000 GBP.
Estimated value excluding VAT: 10 064 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Heating and Gas Spares - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Heating and Gas Spares to the Council Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

39715200, 39715210, 42131110, 44163121, 44620000, 44621112, 44621221, 42511110, 42533000, 38543000

3)Quantity or scope
Lot 2 is the supply and delivery of Heating and Gas Spares to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 9 384 000 GBP. The estimated contract value of supplies direct to site is 3 520 000 GBP.
Estimated value excluding VAT: 12 904 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: General Building Materials - Supply to Council Stores and Direct to Site
1)Short description
Supply and Delivery of General Building Materials to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

44111000, 44113100, 44111100, 24957200, 43413000, 44114200, 44111200, 44111700, 44112500, 14211000

3)Quantity or scope
Lot 3 is the supply and delivery of General Building Materials to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 2 472 000 GBP. The estimated contract value of supplies direct to site is 168 000 GBP.
Estimated value excluding VAT: 2 640 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Ironmongery and Hardware Sundries - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Ironmongery and Hardware Sundries to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

44316000, 44500000, 44192200, 44531100, 44531300, 44531510, 44512900, 44512910, 43132300, 44511000, 39224330

3)Quantity or scope
Lot 4 is the supply and delivery of Ironmongery and Hardware sundries to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 620 000 GBP. The estimated contract value of supplies direct to site is 288 000 GBP.
Estimated value excluding VAT: 6 488 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Timber & Joinery Products, incl Internal Doors, Door Frames, Fencing and Sundries - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Timber and Joinery Products which includes Internal Doors, Door Frames, Skirting, Architrave, Fence Post, Fencing and related Sundries to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

03419000, 44221200, 34928200, 03419100, 44221211, 44144000

3)Quantity or scope
Lot 5 is the supply and delivery of Timber and Joinery materials to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 2 000 000 GBP. The estimated contract value of supplies direct to site is 1 816 000 GBP.
Estimated value excluding VAT: 3 810 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Electrical Materials - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Electrical Materials to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

31680000, 31681410

3)Quantity or scope
Lot 6 is the supply and delivery of electrical materials to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 8 208 000 GBP. The estimated contract value of supplies direct to site is 4 064 000 GBP.
Estimated value excluding VAT: 12 272 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Paint and Solvents - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Paint and Solvent products to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

44810000, 44800000

3)Quantity or scope
Lot 7 is the supply and delivery of paints and solvents to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 528 000 GBP. The estimated contract value of supplies direct to site is 400 000 GBP.
Estimated value excluding VAT: 928 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Kitchens - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of Fitted Kitchens and Accessories to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

39141400, 39141000

3)Quantity or scope
Lot 8 is the supply and delivery of kitchens to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 160 000 GBP. The estimated contract value of supplies direct to site is 2 360 000 GBP.
Estimated value excluding VAT: 2 520 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Sealants, Fixings, Adhesives and Decorating Sundries - Supply to Council Stores and Direct to Site
1)Short description
The supply and delivery of Sealants, Fixings, Adhesives and Decorating Sundries to the Councils Sores and Direct to Sites.
2)Common procurement vocabulary (CPV)

39812500, 44812400, 24910000, 30194900

3)Quantity or scope
Lot 9 is the supply and delivery of Sealants, fixings, adhesives and decorating sundries to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 1 000 000 GBP. The estimated contract value of supplies direct to site is 320 000 GBP.
Estimated value excluding VAT: 1 320 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: UPVC Windows and Composite Doors - Supply to Council Stores and Direct to Site
1)Short description
Supply and delivery of UPVC Windows and Composite Doors to the Councils Stores and Direct to Sites.
2)Common procurement vocabulary (CPV)

44221000, 44221100, 44221200

3)Quantity or scope
Lot 10 is the supply and delivery of UPVC windows and composite doors to stores and direct to sites as directed by the Council. The estimated contract value of supplies to stores is 1 200 000 GBP. The estimated contract value of supplies direct to site is 3 200 000 GBP.
Estimated value excluding VAT: 4 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Roofing Materials - Delivery Direct to Site
1)Short description
Supply and delivery of Roofing Materials direct to Site as instructed by the Council.
2)Common procurement vocabulary (CPV)

44112500

3)Quantity or scope
Lot 11 is the supply and delivery of roofing materials direct to sites. The estimated contract value of supplies direct to site is 3 200 000 GBP.
Estimated value excluding VAT: 3 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require parent or ultimate holding company guarantees and/or performance bond on its standard terms.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to be made in accordance with Clause 8 of the Call Off Conditions attached to the proposed form of Contract contained within the Tender Documents published with this notice, including payments within 30 days of receipt of a valid invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability. If a tender application is made by a group of separate legal entities, then said application must also be signed by all members of the group and supporting information must be submitted as part of the application clearly defining the roles of all members and providing the information that the Tender Documents ask for, regarding each member. Also, in the case of a group application, tenderers are required to state clearly in a written statement to be signed and submitted with their other tender submissions confirming that the group will: (i) undertake joint and several liability in relation to any agreement to be entered into concerning the Council's requirements mentioned in the Selection Questionnaire; or (ii) include one member that will take primary liability for the group; or (iii) form a Company that is guaranteed without limitation by each member of the group.
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: In accordance with Article 57 and 59 to 61 of Directive 2014/24/EU and Regulations 57 to 61 of the Public Contract Regulations 2015, and as set out in the Selection Questionnaire available from the address as set out in Section (I.1) of this notice, the Contracting Authority reserves the right to refuse any applicant's application and to exclude its tender from the evaluation in any of the circumstances as follows:- (i) in the event the completed Selection Questionnaire, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the Selection Questionnaire or any of the other Tender Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015, which requires or permits the Council not to select or to treat any Applicant as an ineligible economic operator; and/or (iii) where the Applicant's submitted Selection Questionnaire achieves an overall score of less than 16 (out of a maximum score of 30) following assessment using the scoring system stated above; and/or (iv) where stated in the criteria mentioned in Sections A to G of the Selection Questionnaire published with this notice; and/or (v) in the case of a group/consortium application (see Section (III.1.3) of this notice above), if any other member(s) of the consortium is/are excluded under (i) to (iv) above. Tenderers must complete Section C of the Selection Questionnaire contained within the Tender Documents published at the same time as this notice.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants must complete Sections B and D of the Selection Questionnaire contained within the Tender Documents.
Minimum level(s) of standards possibly required: Responses to B1 - Applicants must provide their most recent completed 2 years accounts. The Applicants will be vetted on their financial viability for this system. Applicants will pass if they have sufficient finances equivalent to two times (2x) the estimated value of the Lots they have submitted for. In addition, the Contracting Authority reserves the right to carry out additional financial vetting. If this additional financial vetting leads the Contracting Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant's ability to properly perform the contract) that it would be inappropriate to select the Applicant on this occasion, this may result in exclusion.
Responses to B4: If an Applicant has indicated within their Selection Questionnaire Responses that their parent or holding company is prepared to guarantee their performance of the Services under the Contract, the information provided in response to B4 must relate to said guarantor, and will be used in the financial assessment of the Applicant for B1.
Responses to B3: Information provided will be used to update the information provided at B1.
Responses to Section D1: If the Applicant does not possess the minimum levels of insurance cover required by the Contracting Authority under this Contract, then they must confirm that if admitted to the system that they will ensure they will meet the minimum insurance requirement, at no extra cost to the Contracting Authority, before the Commencement Date of the Contract. If the Applicant's insurances do not meet the Contracting Authority's minimum requirements and the Applicant does not provide confirmation that it will meet the said requirements before the Commencement Date of the Dynamic Purchasin System, this will result in exclusion.
Responses to Section D2: D2 of the Selection Questionnaire will not be scored. However, if the response leads the Contracting Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant's ability to properly perform the Services to be awarded under the system) that it would be inappropriate to select the Applicant on this occasion, this may result in exclusion.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
E1: References will be scored as follows:
Each reference is worth up to 5 marks. If the Council receives no references, a total score of 0 will be given.
good reference = 5
satisfactory reference = 3
poor reference = 1
Responses to E2 will be scored as follows:
3 or more relevant examples (matching client requirement) = 5
2 relevant examples (matching client requirement) = 3
1 relevant example (matching client requirement) = 1
Poor examples or no relevant examples provided = 0
Responses to E3 will be scored as follows:
No penalties, damages, terminations, non-renewals or withdrawals = 5
Penalties, damages, terminations, non-renewals or withdrawals applied with satisfactory explanation = 3
Penalties, damages, terminations, non-renewals or withdrawals applied without satisfactory explanation = 1
Responses to E4 are for information only:
Responses to E5 will be scored as follows:
No, or Yes with adequate explanation = 5
Yes with inadequate or no explanation = 1
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Details of the electronic procedures for awarding contracts using the e-auction process will be set out in the tender documents.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
KMCBS-022
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 189-333249 of 2.10.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
28.7.2015 - 13:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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
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.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 lowest priced tender.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=138355701

GO Reference: GO-2015624-PRO-6714806.
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:
24.6.2015