Cyclical Decorations and associated works (Ангилья - Тендер #45941273) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 45941273 Дата публикации: 09-09-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Aster Group
Sarsen Court, Horton Avenue
Cannings Hill, Devizes
SN10 2AZ
UK
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.aster.co.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk/
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rose
Orpington
BR6 0JA
UK
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk/
Body governed by public law
I.5) Main activityHousing and community amenities
Section II: Object II.1) Scope of the procurement II.1.1) TitleCyclical Decorations and associated works
Reference number: T1-7180
II.1.2) Main CPV code45453000
II.1.3) Type of contractWorks
II.1.4) Short descriptionThe works required by the contracts, include but are not restricted to: external decorations wash downs of blocks and houses; internal decorations to communal areas; decorations to bin stores garages garage blocks; decorations to other external communal areas; painting and or treatment of fencing, gates, sheds etc.; pre-treatment repairs; and gutter cleans repairs. Additionally, the contracts will allow for the option to include additional works and services. For example: internal flooring; external wall repairs; replacement of (pre-cast concrete) canopies etc.; concrete repairs; white lining; H&S repairs, such as localised paving, paths, ironworks, walls, steps etc.; roofing repairs; cleaning of solar panels; pigeon deterrent; moss clearance; and other associated repairs or works that utilising scaffolding.
II.1.5) Estimated total valueValue excluding VAT: 15 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) DescriptionLot No: 1
II.2.1) TitleEast (Hampshire and Wiltshire)
II.2.2) Additional CPV code(s)45453000
45442110
45451000
II.2.3) Place of performanceNUTS code:
UKJ
UKK
Main site or place of performance:
Properties generally located in Hampshire and Wiltshire.
II.2.4) Description of the procurementThe works, each year, will cover approximately 3,500 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 1,500,000 GBP and 2,500,000 GBP (excluding VAT.)
II.2.5) Award criteriaCriteria below:
Quality criterion: Written responses to technical question / Weighting: 35
Quality criterion: Presented responses at interview / Weighting: 5
Price / Weighting: 60
II.2.6) Estimated valueValue excluding VAT: 6 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
The contracting authority reserves the right to extend the contract for a further one + one years (48 months.) The maximum duration is therefore three years.
II.2.9) Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the evaluation methodology set out in Document 1.
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationCandidates may only apply for Lot 1 and Lot 3. Alternatively, Candidates may apply for Lot 2 only.
Lot No: 2
II.2.1) TitleWest (Dorset, Somerset, Devon and Cornwall)
II.2.2) Additional CPV code(s)45453000
45442110
45451000
II.2.3) Place of performanceNUTS code:
UKK
Main site or place of performance:
Properties generally located in Dorset, Somerset, Devon and Cornwall.
II.2.4) Description of the procurementThe works, each year, will cover approximately 3,000 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 750,000 GBP and 1,750,000 GBP (excluding VAT.)
II.2.5) Award criteriaCriteria below:
Quality criterion: Written responses to the technical questions / Weighting: 35
Quality criterion: Presented responses at interview / Weighting: 5
Price / Weighting: 60
II.2.6) Estimated valueValue excluding VAT: 4 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
The contracting authority reserves the right to extend the contract for a further one + one years (48 months.) The maximum duration is therefore three years.
II.2.9) Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the evaluation methodology set out in Document 1.
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationCandidates may only apply for Lot 1 and Lot 3. Alternatively, Candidates may apply for Lot 2 only.
Lot No: 3
II.2.1) TitleLondon
II.2.2) Additional CPV code(s)45453000
45442110
45451000
II.2.3) Place of performanceNUTS code:
UKI
Main site or place of performance:
Properties generally located in and around London.
II.2.4) Description of the procurementThe works, each year, will cover approximately 400 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 100,000 GBP and 400,000 GBP (excluding VAT.)
II.2.5) Award criteriaCriteria below:
Quality criterion: Written responses to the technical questions / Weighting: 35
Quality criterion: Presented responses at interview / Weighting: 5
Price / Weighting: 60
II.2.6) Estimated valueValue excluding VAT: 600 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
The contracting authority reserves the right to extend the contract for a further three years (36 months.) The maximum duration is therefore six years.
II.2.9) Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the evaluation methodology set out in Document 1.
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationCandidates may only apply for Lot 1 and Lot 3. Alternatively, Candidates may apply for Lot 2 only.
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 registersList and brief description of conditions:
Please refer to the requirements set out in Document 1 and Document 3 (which includes the PAS Questionnaire.)
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Please see the draft tender documentation for all relevant conditions
III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureRestricted procedure
IV.1.8) Information about 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 participateDate: 09/10/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 30/10/2023
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
Estimated timing for further notices to be published:
Within 3 years, depending on contract extensions.
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationNOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230194.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230194)
VI.4) Procedures for review VI.4.1) Review bodyPublic Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation proceduresHigh Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtainedCabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice08/09/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | procurement@effefftee.co.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 45451000 | Decoration work | Other building completion work |
| 45453000 | Overhaul and refurbishment work | Other building completion work |
| 45442110 | Painting work of buildings | Application work of protective coatings |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |