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

NPT Homes Supply of Roofing Materials for PRC Properties.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

NPT Homes Ltd
Ty Gwyn, Brunel Way' Baglan Energy Park
Contact point(s): Procurement
SA11 2FP Neath
UNITED KINGDOM
Telephone: +44 1639505890
E-mail:

Internet address(es):

General address of the contracting authority: www.npthomes.co.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA1087

Electronic access to information: www.sell2wales.gov.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
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
NPT Homes Supply of Roofing Materials for PRC Properties.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Neath Port Talbot.

NUTS code UKL17

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)
We are seeking to issue a contract for the supply of roofing materials for 299 Prefabricated Reinforced Concrete (PRC) properties throughout Neath Port Talbot County Borough.
The Contract will be awarded to a single Supplier, to be carried out over a period of 4 years.
The estimated value of the Contract is 750 000 GBP.
NPT Homes has no stock warehouse and limited facilities to store materials on site, therefore deliveries will need to be made just-in-time (JIT) by the Supplier. It is envisaged materials will be ordered per property and deliveries will be required weekly, or sometimes more frequently. In the event of an emergency, deliveries may be required within 48 hours.

Note: to register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=28228

II.1.6)Common procurement vocabulary (CPV)

44112500, 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: 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 Contract will be awarded to a single Supplier, to be carried out over a period of 4 years.
The estimated value of the Contract is 750 000 GBP.
Estimated value excluding VAT: 750 000 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

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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Open
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
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:
698
IV.3.2)Previous publication(s) concerning the same contract
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
21.7.2015 - 12:00
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
VI.3)Additional information
(WA Ref:28228)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
NPT Homes is committed to contributing to the social, economic and environmental well-being of the wider community. Consequently, Community Benefits clauses will be considered as part of the proposed procurement as Core to address socio-economic and/or environmental issues.
The ‘Core' approach means that Community Benefits are being ‘bought' as part of the subject matter of the contract i.e. will be evaluated as part of the tender process.
This means, as part of their tender response, Tenderers will be asked to set out how they will deliver ‘community benefits' through the contract by completing the ‘Menu of Options' which will form their Community Benefits Plan, attached as Appendix 3. This will be scored and weighted in accordance with Table 1, 2 and 3.
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:
2.6.2015