Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
2018 — 628 Group General Building Works Major Marix Framework
Reference number: 2018 - 628
II.1.2)Main CPV code50000000
II.1.3)Type of contractWorks
II.1.4)Short description:
WM Housing Group is out to tender for the provision of a General Building Framework in order to provide support to our Maintenance Teams across the Group. WMHG seek to maximise its use of the Material supply contract currently in place with its suppliers. Accordingly, this Agreement primarily is for the supply of Labour in support of WMHG’s in house work force. The Framework will be split into 3 lots to cover Coventry, Birmingham and Worcester and Hereford and will be for a duration of 4 years, with the possibility in accordance with the terms of the Framework Agreement for call off contracts to extend beyond the initial term for a maximum of 2 years. You may bid for one or more lots. The estimate value of this Framework is 800 000 GBP p/a.
NB: There is no guarantee, implied or otherwise that the actual value of works will be at those levels.
II.1.5)Estimated total valueValue excluding VAT: 3 200 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
WMHG reserve the right to combine any of the lots in any combination it deems suitable.
II.2)Description
II.2.2)Additional CPV code(s)50800000
50000000
II.2.3)Place of performanceNUTS code: UKG
NUTS code: UKG3
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT Documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)50000000
50800000
II.2.3)Place of performanceNUTS code: UKG3
NUTS code: UKG
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT Documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 720 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)50000000
50800000
II.2.3)Place of performanceNUTS code: UKG
NUTS code: UKG1
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT Documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 280 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
WMHG requirements will be set out in the ITT Documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework call off may exceed years.
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 04/10/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 04/10/2018
Local time: 13:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHigh Court of Justice
The Strand
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:04/09/2018