Furnished tenancy lets.
Contract notice
Supplies
Section I: Contracting authority
Golden Gates Housing Trust
PO Box 1811
For the attention of: Sam Saxon
WA1 9FB Warrington
UNITED KINGDOM
Telephone: +44 1925452404
E-mail:
Internet address(es):
Address of the buyer profile: www.gght.org.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)
Section II: Object of the contract
Purchase
NUTS code UKD21
39100000, 39140000, 39141000, 39143000, 39150000
Range: between 175 000 and 225 000 GBP
Section III: Legal, economic, financial and technical information
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
- where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
- where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(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;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A Pre qualification questionnaire will be sent to all companies that express interest in this tender. The completed PQQ's will be evaluated and 100 points awarded against the following criteria:
1. Please provide details of services similar in size and nature to those required under this contract over the past three years including details of when the services were provided, to whom and the total contract value 20 %;
2. Please provide a statement of the technicians and technical services available to you including a statement of your average annual staffing and number of managerial staff over the past 3 years broken down according to discipline where relevant. 20 %;
3. Please provide details of your measures for ensuring quality, details of your quality attestation registrations (if any) for example under ISO 9001 or equivalent, details of your approach to contract and project management, service delivery and complaints. Please also provide details of the experience of the person who is responsible for quality standards. 20 %;
4. Please provide details of the tools, plant and technical equipment available for performing the contract. 15 %;
5. Please provide the managerial structure you would propose to work to when providing the required services and the educational and professional qualifications of those within the proposed structure. 15 %;
6. References 10 %.
Payable documents: no
Section VI: Complementary information
Suppliers must read through this complete set of instructions and follow the process to access the Pre qualification questionnaire. Your PQQ must be completed and submitted electronically by using Vault through BiPs Delta-ets by the due date of 15.12.2011 (12:00). The information and documents for the PQQ will be accessible at the following website www.delta-ets.com. To be able to access these documents you will need to register your company details and enter the following Tender Access Code (TAC) 04T876248 at the bottom of the registration page, thereafter you will be issued with a username and password. If you have already registered with Delta previously, please follow the link shown and click on the "Delta-ets Home" tab instead. This will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and have forgotten your username and password, please click on the forgotten password link on the Delta-ets homepage. Please keep this username and password secure, and do not pass it to any third parties.
TUPE regulations may apply in the letting of this contract.GO Reference: GO-20111115-PRO-2754845.
The Senior Business Manager, Quality and Performance, Golden Gates Hosuing Trust
PO Box 1811
WA1 9FB Warrington
UNITED KINGDOM
E-mail:
Telephone: +44 0800252627
Internet address: www.gght.org.uk
Body responsible for mediation procedures
Golden Gates Housing Trust
PO Box 1811
WA1 9FB Warrington
UNITED KINGDOM
Telephone: +44 1925452409
Internet address: www.gght.org.uk
1. The Appeal shall be sent to GGH's Senior Business Manager Quality and Performance who shall refer the Appeal for resolution through an appropriate GGH Director who has had no involvement with the Contract Notice or subsequent tender process;
2. In the event that the Appeal is not resolved through the appropriate GGH Director then the Appeal shall be referred to a panel set up by GGH's Board of Directors for resolution;
3. If the parties are unable to resolve the Appeal through the above two-stage procedure then the Appeal shall be referred by either party for arbitration in accordance with the provisions of the Arbitration Acts 1950 and 1996 by a sole arbitrator to be appointed by agreement between the parties or in default of agreement to be referred to the Alternative Dispute Resolution service, PADRE. The costs of such arbitration shall be borne equally by both parties. In following the Appeal procedure the parties shall act in good faith towards each other and shall use their best endeavours to resolve the dispute. VI.4.2) Lodging of appeals (please fill heading VI.4.2 or if need be, heading VI.4.3).
Following implementation in to English Law of Directive 207/66/EC ("the Directive"), regulations implementing the Directive and providing for the lodging of appeals shall apply. The Contracting Authority will issue an award decision notice (standstill letter) to tenderers as soon as possible after the award decision has been made. The notice will include the information prescribed by Regulation 32(1) and (2), Public Contracts Regulations 2006 (as amended by the Directive). A similar notice will also be sent to applicants who applied to be included among the tenderers but did not submit an offer, either because they withdrew or were eliminated. In this instance the notice will not include the relative advantages of the successful tender, because the applicant will not have submitted an offer. Applicants who have been eliminated or dropped out at earlier stages of the tender (for example, at pre-qualification questionnaire stage) and have already been informed of the rejection of their application and the reasons for it will not be sent a standstill letter. However, where a decision is taken to exclude an applicant prior to contract award, the applicant will be notified of that decision. In this case the applicant will have two working days from notification of the decision to request additional debriefing and that information will be provided within 10 working days. The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period will end at midnight at the end of the tenth day after the date on which the Contracting Authority sends the award decision notice (by fax or e-mail). Where the standstill notice is sent by means other than fax or e-mail, the period will end at the latest by midnight at the end of the fifteenth day after the sending date (or earlier, if more than ten days after the date on which the last economic operator received the notice have elapsed). This period will allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contact is entered in to. Any claim for a declaration of ineffectiveness will need to brought within either 30 days of the contract award notice (where an OJEU Notice was not published and the Contract Award Notice sets out the justification for not doing so) or otherwise six months from the day of contract signature. All claims other than for ineffectiveness must be brought promptly and within three months from when the cause of action arises.