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

Yorkshire Housing Water Hygiene - PP672.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Yorkshire Housing
Dysons Chambers, 12-14 Briggate
Contact point(s): Procurement
For the attention of: Mr S McLuckie
LS1 6ER Leeds
UNITED KINGDOM
Telephone: +44 2476437053
E-mail:

Internet address(es):

General address of the contracting authority: www.yorkshirehousing.com

Address of the buyer profile: www.housingprocurement.com

Electronic access to information: www.housingprocurement.com

Electronic submission of tenders and requests to participate: www.housingprocurement.com

Further information can be obtained from: Procontract Procurement Portal
Electronic Portal
Contact point(s): www.housingprocurement.com
CV3
UNITED KINGDOM

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procontract Procurement Portal
Electronic Portal
Contact point(s): www.housingprocurement.com
CV3
UNITED KINGDOM

Tenders or requests to participate must be sent to: Procontract Procurement Portal
Electronic Portal
Contact point(s): www.housingprourement.com
CV3
UNITED KINGDOM

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:
Yorkshire Housing Water Hygiene - PP672.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UK

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 agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 950 000 and 1 100 000 GBP
Frequency and value of the contracts to be awarded: The framework mechanism is contained within the ITT which outlines the intended contracts to be awarded. The main contract will be through an order to be placed with the top ranked supplier to undertake 100 % of the works for the initial contract period of 2 years. The underlying form of contract which will be signed with the top ranked supplier will be the JCT Measured Term Contract. The Client will have the option to extend the initial 2 year contract period for an additional 1 year period on two separate occasions to give a maximum contract period of 4 years. The estimated annual spend across all Lots is 270 000 GBP per annum, the costs across the maximum contract period of 4 years has therefore been calculated as 1 080 000 GBP This sum will fluctuate during the life of the contract and so an indicative range is given above.
II.1.5)Short description of the contract or purchase(s)
(Please note that Orbit are acting as the procurement consultant facilitating this exercise)
Yorkshire Housing are seeking to appoint preferred suppliers to enter into a framework agreement to provide water hygiene and management services.

All documents relating to this procurement can be electronically accessed via website: www.housingprocurement.com

II.1.6)Common procurement vocabulary (CPV)

71600000, 71700000, 71610000, 71317200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)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:
Yorkshire Housing are seeking to appoint preferred suppliers to enter into a framework agreement to provide water hygiene and management services.
Local authority areas of: Barnsley Metropolitan Borough Council, Calderdale Metropolitan Borough Council, City of Bradford Metropolitan District Council, City of York Council, Craven District Council, Doncaster Metropolitan Borough Council, East Riding of Yorkshire Council, Hambleton District Council, Harrogate Borough Council, Hull City Council, Kirklees Metropolitan Council, Leeds City Council, Richmondshire District Council, Rotherham Metropolitan Borough Council, Ryedale District Council, Scarborough Borough Council, Selby District Council, Sheffield City Council and Wakefield Council.

All documents relating to this procurement can be electronically accessed via website: www.housingprocurement.com

The estimated annual spend across all Lots is 270 000 GBP per annum, the costs across the maximum contract period of 4 years has therefore been calculated as 1 080 000 GBP This sum will fluctuate during the life of the contract and so an indicative range is given below.
Estimated value excluding VAT:
Range: between 950 000 and 1 100 000 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:
Detailed requirements to be provided in the Pre-Qualification Questionnaire and/or Invitation to Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Detailed requirements to be provided in the Pre-Qualification Questionnaire and/or Invitation to Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Detailed requirements to be provided in the Pre-Qualification Questionnaire and/or Invitation to Tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The tender will be let as a framework agreement with three suppliers on it. The umbrella agreement will be the JCT Framework Agreement and the underlying contract will be The JCT Measured Term Form of Contract. The operation of the framework will be to directly appoint the top ranked supplier to do all works and then move to rank 2 etc. if operational needs dictate. The framework list will also be used to obtain competitive quotations from.
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: The Pre-Qualification Questionnaire is available at: www.housingprocurement.com

This will contain full details of the selection criteria and evaluation methodology.
III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: The Pre-Qualification Questionnaire is available at: www.housingprocurement.com

This will contain full details of the selection criteria and evaluation methodology.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

The Pre-Qualification Questionnaire is available at: www.housingprocurement.com

This will contain full details of the selection criteria and evaluation methodology.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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 10

Objective criteria for choosing the limited number of candidates: The Pre-qualification Questionnaire available on: www.housingprocurement.com

This will contain full details of the selection criteria and evaluation methodology. Numbers given are estimates only. It is intended that the number shortlisted for each Lot will be between 5 and 10 suppliers or any number beyond this where scores dictate a natural break.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
PP672
IV.3.2)Previous publication(s) concerning the same contract
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
21.10.2015 - 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
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

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
Yorkshire Housing reserves the right not to award any agreement or to award any individual services pursuant to an agreement. Applicants should therefore note provision of a submission to Yorkshire Housing does not guarantee any level/amount of work. Yorkshire Housing will not in any circumstances, reimburse any expense incurred by the applicants in preparing their pre-qualification questionnaire or tender submission.

PQQs will be issued and must be returned via the electronic tendering system (ProContract) at: www.housingprocurement.com

Suppliers will need to register on the website (at no charge) in order to access information. Guidance on the operation of the system is available on the website without being registered. Any and all additional information will be issued through the website.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals

Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2015 available at: www.legislation.gov.uk

VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.9.2015

Other interesting websites