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

Sovereign materials supply contract 2013.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Sovereign Housing Association Ltd.
Woodlands, 90 Bartholomew Street
For the attention of: Andrew Shorter
RG14 5EE Newbury
UNITED KINGDOM
Telephone: +44 1635277867
E-mail:

Internet address(es):

General address of the contracting authority: http:///www.sovereign.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)

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

Members of Sovereign Development Consortium
http://www.sovereigndevelopmentconsortium
C/O Woodlands, 90 Bartholomew Street, Berkshire
RG14 5EE Newbury
UNITED KINGDOM

Members of Westworks
http://www.sovereigndevelopmentconsortium
C/O Woodlands, 90 Bartholomew Street, Berkshire
RG14 5EE Newbury
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Sovereign materials supply contract 2013.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code
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 is primarily for the supply and delivery of building materials and repair parts for Sovereign’s day-to-day responsive repairs services with a key aim of improving the operational efficiency of our service delivery teams. In addition, the supplies contract will be open to Sovereign’s voids repairs and planned works service providers.
The range of materials and products will include but may not be limited to the following trade lines:
- Plumbing,
- Electrical,
- Gas and heating,
- Timber and carpentry,
- Wet and heavy trades and general building materials,
- Roofing,
- Tool and equipment hire.
Whilst a key requirement of the contract is to have one single point of contact as the source for the full range of materials.
Scheduled deliveries will be required to multiple drop-off points with an additional ad-hoc delivery service with a maximum 2-hour time to site. 24-hour supplies coverage is also required.
The service will be required across 4 geographical Lots covering the whole of Sovereign's catchment area and bidders can tender for one, some or all of these lots.
Maximum contract period is 6 years and, as an extension to our existing alliances with a range of key.
Contracting & RSL partners, will also be open to existing and future members of both the Sovereign Development Consortium and Westworks.
Details of these two bodies can be found in the Guidance documentation accompanying the pre-qualification questionnaire.
II.1.6)Common procurement vocabulary (CPV)

44110000, 44115200, 44600000, 03419000, 03419100, 44420000, 44111000, 44140000, 44220000, 44230000, 44310000, 44320000, 44410000, 44500000, 44800000, 44900000, 44112500, 42652000, 44511000, 39717100, 44115100, 31220000, 24962000, 31000000, 35113400

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 value range stated is an estimated total range for all Lots over the full 6-year life of the contract.
Estimated value excluding VAT:
Range: between 16 500 000,00 and 41 400 000,00 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
Duration in months: 72 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Oxfordshire
1)Short description
Please refer to II.1.5 and VI.3 above.
2)Common procurement vocabulary (CPV)

44110000, 44115200, 44600000, 03419000, 03419100, 44420000, 44111000, 44140000, 44220000, 44230000, 44310000, 44320000, 44410000, 44500000, 44800000, 44900000, 44112500, 42652000, 44511000, 39717100, 44115100, 31220000, 24962000, 31000000, 35113400

3)Quantity or scope
Estimated value excluding VAT:
Range: between 3 200 000,00 and 7 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Cost shown for the contract for this lot is the estimated value over the full 6-year term.
Lot No: 2 Lot title: Berkshire.
1)Short description
Please refer to II.1.5 and VI.3 above.
2)Common procurement vocabulary (CPV)

44110000, 44115200, 44600000, 03419000, 03419100, 44420000, 44111000, 44140000, 44220000, 44230000, 44310000, 44320000, 44410000, 44500000, 44800000, 44900000, 44112500, 42652000, 44511000, 39717100, 44115100, 31220000, 24962000, 31000000, 35113400

3)Quantity or scope
Estimated value excluding VAT:
Range: between 7 000 000,00 and 12 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Cost shown for the contract for this lot is the estimated value over the full 6-year term.
Lot No: 3 Lot title: Hampshire & Dorset
1)Short description
Please refer to II.1.5 and VI.3 above.
2)Common procurement vocabulary (CPV)

44110000, 44115200, 44600000, 03419000, 03419100, 44420000, 44111000, 44140000, 44220000, 44230000, 44310000, 44320000, 44410000, 44500000, 44800000, 44900000, 44112500, 42652000, 44511000, 39717100, 44115100, 31220000, 24962000, 31000000, 35113400

3)Quantity or scope
Estimated value excluding VAT:
Range: between 3 200 000,00 and 12 300 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Cost shown for the contract for this lot is the estimated value over the full 6-year term.
Lot No: 4 Lot title: West Region
1)Short description
Please refer to II.1.5 and VI.3 above.
2)Common procurement vocabulary (CPV)

44110000, 44115200, 44600000, 03419000, 03419100, 44420000, 44111000, 44140000, 44220000, 44230000, 44310000, 44320000, 44410000, 44500000, 44800000, 44900000, 44112500, 42652000, 44511000, 39717100, 44115100, 31220000, 24962000, 31000000, 35113400

3)Quantity or scope
Estimated value excluding VAT:
Range: between 3 100 000,00 and 9 300 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Cost shown for the contract for this lot is the estimated value over the full 6-year term.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Where a company is part of a group, a Parent Company Guarantee will be 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: All candidates will be required to certify that they are not exempt from tendering under Regulation 23 (as amended) of the Public Contracts Regulations 2006 (SI 2006 no: 5).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be required to submit:
[a] 3 years' accounts with supporting information;
[b] Confirmation of relevant and sufficient insurance cover.
Minimum level(s) of standards possibly required: The criteria against which this information is assessed will be provided within the guidance issued with the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The pre-qualification questionnaire will seek information on applicants' experience and technical capacity.
Minimum level(s) of standards possibly required:
All details regarding standards and evaluation criteria will be provided within the guidance issued with the pre-qualification questionnaire.
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: and maximum number 8
Objective criteria for choosing the limited number of candidates: Candidates will be selected in accordance with the criteria described in the documentation issued with the pre-qualification questionnaire.
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:
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2012/S 171-282784 of 6.9.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.12.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.1.2013
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
This is a recurrent procurement: no
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 proposed supply contract is to be operated on a Partnering basis. It is intended that a Partnering Proposal Document and the detailed submissions provided by the successful supplier(s) will be combined to form the basis of a Service Level Agreement (SLA).
This SLA, alongside the TPC 2005 (Amended 2008), shall become the formal arrangement between Sovereign and their supply partners.
The aim of this agreement will be to record the detail of the Partnering arrangement and the shared.
Understandings between the identified companies, and to provide a structured framework for documenting further improvements in the service to the mutual benefit of all participating organisations.
The intention is that the Service Level Agreement shall be regularly reviewed and updated, evolving by agreement to reflect the intentions of the parties.
All acts of purchase and supply shall be undertaken by each individual participating member in accordance with the Service Level Agreement.
The contract is to be open to use by:
- Sovereign Housing Association Ltd (inc. Sovereign’s in-house direct labour teams),
- All of Sovereign’s building service providers,
- All of Sovereign’s Property/Asset Maintenance Contractors/Service Providers,
- Westworks members,
- All future potential members of Sovereign, SDC and Westworks, which should be considered to include any social landlord, or group of social landlords, within the operational area serviced by these consortia.
The full details of these consortia will be made available to those submitting a request to participate in the procurement process.
It is expected that the appointed supplier/s will be proactive in securing additional levels of buy-in by Sovereign’s building service providers to the materials supply service.
The successful provider/s will be expected to work with Sovereign to maximise the use of information technology in the contract’s ordering, invoicing and reporting processes to support the drive for continuous improvement in service delivery standards and economic efficiency.
Sovereign is currently developing its IT infrastructure and so the systems and methods in use at the start of the contract are likely to change during the early part of its life.
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:
1.11.2012

Other interesting websites