Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Walsall Metropolitan Borough Council
The Civic Centre, Darwall Sreet
For the attention of: Duty Officer
WS1 1TP Walsall
UNITED KINGDOM
Telephone: +44 1922658471
E-mail:
Internet address(es):
General address of the contracting authority: www.walsall.gov.uk/procurement
Electronic access to information: http://blackcountrybusiness.co.uk
Electronic submission of tenders and requests to participate: http://blackcountrybusiness.co.uk
Further information can be obtained from: Walsall Metropolitan Borough Council
The Civic Centre, Darwall Sreet
For the attention of: Duty Officer
WS1 1TP Walsall
UNITED KINGDOM
Telephone: +44 1922658471
E-mail:
Internet address: www.walsall.gov.uk/procurement
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Walsall Metropolitan Borough Council
The Civic Centre, Darwall Sreet
For the attention of: Duty Officer
WS1 1TP Walsall
UNITED KINGDOM
Telephone: +44 1922658471
E-mail:
Internet address: www.blackcountrybusiness.co.uk
Tenders or requests to participate must be sent to: Walsall Metropolitan Borough Council
The Civic Centre, Darwall Sreet
For the attention of: Duty Officer
WS1 1TP Walsall
UNITED KINGDOM
Telephone: +44 1922658471
E-mail:
Internet address: www.walsall.gov.uk/procurement
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Adaptation, repair and refurbishment of dwellings.
II.1.2)Type of contract and location of works, place of delivery or of performance II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 11 600 000,00 GBP
II.1.5)Short description of the contract or purchase(s)The Council is seeking to establish a framework agreement for the adaptation, repair and refurbishment of dwellings. The framework will include 4 lots as listed below:
Lot 1: disabled facilities and adaptations building works (non-lift or hoist related) to dwellings.
Lot 2: handy person.
Lot 3: insulation and heating.
Lot 4: building repair, refurbishment and improvements to housing including to empty homes.
Bidders meeting the required technical standard will be invited to participate in an e-Auction.
II.1.6)Common procurement vocabulary (CPV)45211100, 45211000, 45453100
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.4.2013. Completion 31.3.2017
Information about lots
Lot No: 1 Lot title: Disabled facility grants and adaptations1)Short descriptionProvision of adaptation works to dwellings.
2)Common procurement vocabulary (CPV)45211100, 45211000, 45453100
3)Quantity or scopeThe precise value is dependant upon the level of grant funding available to the Council.
Estimated value excluding VAT: 6 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Handy person1)Short descriptionProvision of labour and resources to provide general low level routine maintenance services.
2)Common procurement vocabulary (CPV)45211100, 45211000, 45453100
3)Quantity or scopeThe precise value is dependant upon the level of grant funding available to the Council.
Estimated value excluding VAT: 200 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Insulation and heating1)Short descriptionThe provision of insulation and heating services to individual dwellings.
2)Common procurement vocabulary (CPV)45211100, 45211000, 45453100
3)Quantity or scopeThe precise value is dependant upon the level of grant funding available to the Council.
Estimated value excluding VAT: 2 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Building works1)Short descriptionThe provision of general buildings and improvement works to dwellings.
2)Common procurement vocabulary (CPV)45211100, 45211000, 45453100
3)Quantity or scopeThe precise value is dependant upon the level of grant funding available to the Council.
Estimated value excluding VAT: 2 400 000,00 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:As detailed in the tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As detailed in the tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:As detailed in the tender document.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the tender document.
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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: yes
Additional information about electronic auction: Bidders who meet the required technical and quality standard and are prepared to provide the necessary services at or below the maximum price specified will be invited to participate in teh e-Auction.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:WAL - SS41
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 16.12.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.12.2012 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 48 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tendersDate: 20.12.2012 - 15:00
Place:
Civic Centre.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised officers.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresWalsall Council
WS1 1TP Walsall
UNITED KINGDOM
Telephone: +44 1922650000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedChief Executive
WS1 1TP Walsall
UNITED KINGDOM
Telephone: +44 1922650000
VI.5)Date of dispatch of this notice:9.11.2012