Contract notice

Information

Published

Date of dispatch of this notice: 20/03/2020

Expire date: 12/05/2020

External Reference: 2020-572612

TED Reference: 2020/S 059-142728

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Watford Community Housing
30183R
59 Clarendon Road
Watford
WD17 1LA
UK
Contact person: Pamela Graham
Telephone: +44 1707339800
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=32000&B=ECHELON
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

Regional or local authority
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Pretium Materials Supply and Managed Services Framework
Reference number:  Ech 958
II.1.2)

Main CPV code

44100000  -  Construction materials and associated items
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Pretium is developing a framework agreement for the provision of Materials Supply and Managed Services and the contracting authority will be purchasing on behalf of other contracting authorities. The framework will be delivered through a single supplier.
II.1.5)

Estimated total value

Value excluding VAT: 150000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44100000  -  Construction materials and associated items
03419000  -  Timber
09331000  -  Solar panels
14210000  -  Gravel, sand, crushed stone and aggregates
14212200  -  Aggregates
18143000  -  Protective gear
31174000  -  Power supply transformers
30237280  -  Power supply accessories
31211000  -  Boards and fuse boxes
31211100  -  Boards for electrical apparatus
31211200  -  Fuse boxes
31230000  -  Parts of electricity distribution or control apparatus
31625100  -  Fire-detection systems
31500000  -  Lighting equipment and electric lamps
31625300  -  Burglar-alarm systems
31680000  -  Electrical supplies and accessories
35120000  -  Surveillance and security systems and devices
43320000  -  Construction equipment
43830000  -  Power tools
44110000  -  Construction materials
44111000  -  Building materials
44111100  -  Bricks
44111200  -  Cement
44111300  -  Ceramics
44111400  -  Paints and wallcoverings
44111500  -  Insulators and insulating fittings
44111520  -  Thermal insulating material
44111530  -  Electrical insulating fittings
44111540  -  Insulating glass
44111600  -  Blocks
44111700  -  Tiles
44111800  -  Mortar (construction)
44111900  -  Ceramic flags
44112200  -  Floor coverings
44112410  -  Roof frames
44112420  -  Roof supports
44112430  -  Roof trusses
44112500  -  Roofing materials
44112600  -  Sound insulation
44113100  -  Paving materials
44114200  -  Concrete products
44115000  -  Building fittings
44115100  -  Ducting
44115200  -  Plumbing and heating materials
44115800  -  Building internal fittings
44140000  -  Products related to construction materials
44163110  -  Drainage pipes
44190000  -  Miscellaneous construction materials
44191000  -  Miscellaneous construction materials in wood
44212381  -  Cladding
44221000  -  Windows, doors and related items
44221220  -  Fire doors
44221200  -  Doors
44231000  -  Made-up fencing panels
44300000  -  Cable, wire and related products
44316000  -  Ironmongery
44400000  -  Miscellaneous fabricated products and related items
44410000  -  Articles for the bathroom and kitchen
44411000  -  Sanitary ware
44411100  -  Taps
44411200  -  Baths
44411300  -  Washbasins
44411400  -  Shower basins
44411700  -  Lavatory seats, covers, bowls and cisterns
44424100  -  Meter-housing boxes
44500000  -  Tools, locks, keys, hinges, fasteners, chain and springs
44512000  -  Miscellaneous hand tools
44620000  -  Central-heating radiators and boilers and parts
44621221  -  Parts of central-heating boilers
44621200  -  Boilers
44621220  -  Central-heating boilers
44622000  -  Heat-recovery systems
44622100  -  Heat-recovery equipment
44800000  -  Paints, varnishes and mastics
44812400  -  Decorating supplies
44830000  -  Mastics, fillers, putty and solvents
34928000  -  Road furniture
34928400  -  Urban furniture
34928450  -  Bollards
34928500  -  Street-lighting equipment
34928510  -  Street-lighting columns
34929000  -  Highway materials
44113000  -  Road-construction materials
44113900  -  Road-maintenance materials
44114000  -  Concrete
II.2.3)

Place of performance

Main site or place of performance:  
England and Wales
II.2.4)

Description of the procurement

Materials Supply and Managed Services Framework for the supply of building and construction materials through a single provider
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: 150000000.00  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

All criteria and exclusion grounds to be used to short-list candidates to be invited to tender are set out in the tender documents, available to download from the EU Supply portal. Watford Community Housing has appointed Pretium Frameworks Limited (Pretium) to manage the framework agreement during its term.

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:  Selection criteria as set out in the procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
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

As set out in 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:  21/04/2020
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  21/04/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The framework will be open to any of the following users:
(i) any entity within the same group of companies as the Trust; (ii) any entity or joint venture company that the Trust or any other Trust Member holds an interest in from time to time (a “Trust JV”); (iii) any Social Housing Provider in the United Kingdom (excluding the Trust, the Trust Members and the Trust JVs); (iv) any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers (excluding the Trust, the Trust Members and the Trust JVs); (v) any national, regional or local health authority in the United Kingdom including, without limitation, any NHS the Trust, and any organisation providing a service to these bodies; (vi) any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and (vii) any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency
and, in the case of the organisations listed in (iii) to (vii) above, who has entered into an Access Agreement with the Trust and whose identity has been notified in writing by Pretium to the Supplier.
The contracting authority reserves the right to cancel the procurement and not to proceed with the contract/framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract/framework. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this contract/framework. The Contracting Authority will be facilitating a participants’ briefing on the 3rd April between 10.00am and 12:30pm via Zoom video conferencing. Participants who have expressed an interest will be provided with a link to join the briefing. Participants’ will be permitted to have up to three representatives join the remote briefing and should advise of their attendance via the EU Supply Portal by 5:00pm on the 31st March.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Pretium will observe a standstill period following the award of the contracts/frameworks and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK