Contract notice

Information

Published

Date of dispatch of this notice: 27/04/2017

Expire date: 29/06/2017

External Reference: 2017-965334

TED Reference: 2017/S 084-162813

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Genesis Housing Association Limited
IP31241R
Atelier House, 64 Pratt Street, Camden
London
NW1 0DL
UK
Contact person: Paul Orrett
Telephone: +44 3330005000
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19927&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Aggregated Goods, Works and Services.
Reference number:  Aggregator
II.1.2)

Main CPV code

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The purpose of the Aggregator Framework is twofold. First, to provide an overall better price for the whole of the public sector for a multiple number of goods, services and works. Second, to provide a low profit, high social value driven Service Provider - "The Aggregator".
This single supplier Framework will see the successful Bidder, (the “Aggregator”) delivering a wide range of goods, works, and services to Genesis and other contracting authorities. The Aggregator will combine the value of the spend of many public sector bodies and private sector firms to strike the most competitive deals for Customers.
As well as providing value for money, by reducing transaction costs and leveraging the buying power of public and private sector customers, some of the savings achieved will be used to pursue Customers’ social value projects.
II.1.5)

Estimated total value

Value excluding VAT: 20000000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

09000000  -  Petroleum products, fuel, electricity and other sources of energy
18000000  -  Clothing, footwear, luggage articles and accessories
22000000  -  Printed matter and related products
24000000  -  Chemical products
30000000  -  Office and computing machinery, equipment and supplies except furniture and software packages
31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
32000000  -  Radio, television, communication, telecommunication and related equipment
33000000  -  Medical equipments, pharmaceuticals and personal care products
34000000  -  Transport equipment and auxiliary products to transportation
39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42000000  -  Industrial machinery
43300000  -  Construction machinery and equipment
44000000  -  Construction structures and materials; auxiliary products to construction (except electric apparatus)
45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45220000  -  Engineering works and construction works
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
48000000  -  Software package and information systems
50000000  -  Repair and maintenance services
51000000  -  Installation services (except software)
55000000  -  Hotel, restaurant and retail trade services
60000000  -  Transport services (excl. Waste transport)
63000000  -  Supporting and auxiliary transport services; travel agencies services
63500000  -  Travel agency, tour operator and tourist assistance services
64100000  -  Post and courier services
64200000  -  Telecommunications services
65100000  -  Water distribution and related services
65200000  -  Gas distribution and related services
65300000  -  Electricity distribution and related services
65500000  -  Meter reading service
66000000  -  Financial and insurance services
66500000  -  Insurance and pension services
66600000  -  Treasury services
66700000  -  Reinsurance services
70000000  -  Real estate services
71000000  -  Architectural, construction, engineering and inspection services
72000000  -  IT services: consulting, software development, Internet and support
75000000  -  Administration, defence and social security services
90000000  -  Sewage, refuse, cleaning and environmental services
98000000  -  Other community, social and personal services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

The Supplier of the Aggregator Service will provide the following services:
1) A range of aggregated supplies. The Aggregator will use their supply chain expertise to leverage the buying power of the Framework Users to secure the best prices. The supplier shall, therefore, actively identify supplies, secure the best price, and terms and conditions for those supplies and make them available to Customers through the Framework.
2) Supplies will be accessed through an internet portal which will be fully equipped with purchase to pay systems, membership systems, and a quotation system.
At the Framework Commencement date, the Aggregators will provide a core set of Supplies.
-Plant – Operated and Non-Operated (42000000-6 - Industrial machinery);
-Travel – UK and Overseas (79997000-9 - Business travel services);
-Hotels and Conferencing Facilities (55120000-7 - Hotel meeting and conference services);
-Vehicle Hire (34000000-7 - Transport equipment and auxiliary products to transportation);
-Mobile Telecommunications (32250000-0 - Mobile telephones);
-PPE and Work wear (18100000-0 - Occupational clothing, special workwear and accessories);
-Stationary (22000000-0 - Printed matter and related products, 30000000 0 - Office and computing machinery, equipment and supplies except for furniture and software packages);
-Purchase to pay systems (79999200-5 - Invoicing services).
-Components for Construction, maintenance and repairs (39000000-2 - Furniture (inc. office furniture), 45000000-7 - Construction work);
-Kitchens (39141000-2 - Kitchen furniture and equipment, 45421151-7 - Installation of fitted kitchens);
-Bathroom (45211310-5 - Bathrooms construction work);
-Building Materials (44000000-0 - Construction structures and materials; auxiliary products to construction (except electric apparatus); and
-M&E parts and equipment (42000000-6 - Industrial machinery, 31600000-2 - Electrical equipment and apparatus).
-Construction work (45000000-7)
During the life of the Framework, the Aggregator will be expected to add supplies as per the high-level CPV codes set out in the notice. Bidders should refer to the Procurement Documents for more details of the scope.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 20000000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

This Framework will be available to a wide range of contracting authorities. The detail is set out in the Invitation to Tender Document.
This procurement covers a large number of CPV codes. The full list is set out in the Specification document, only top level codes are published within this notice due to space constraints.

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 registers

List and brief description of conditions:  See ITT
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See ITT
Minimum level(s) of standards possibly required:  
See ITT
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

These are set out in the draft contract documents provided as part of the Procurement Documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/06/2017
Local time:  12:00
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

Tender must be valid until:  30/09/2017
IV.2.7)

Conditions for opening of tenders

Date:  15/06/2017
Local time:  12:00
Place:  
Genesis Head Office, Camden, London

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Cabinet Office
70 Whitehall
London
WC1
UK

VI.5)

Date of dispatch of this notice

27/04/2017