Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Major Works Contractors.

  • Cyhoeddwyd gyntaf: 01 Awst 2013
  • Wedi'i addasu ddiwethaf: 01 Awst 2013
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Places for People Group Limited
ID Awudurdod:
AA33230
Dyddiad cyhoeddi:
01 Awst 2013
Dyddiad Cau:
30 Awst 2013
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Contracting Authority is seeking expressions of interest from suitably resourced and experienced major works planned maintenance contractors across the United Kingdom.

The contracting authority is a registered provider of social housing. The Contracting Authority is one of the largest property management, development and regeneration companies in the UK.

Economic operators appointed pursuant to this procurement exercise will be teh contracting authorities primary contractors for a period of 4 years and the majority of works will be to maintain decency. Other works will include reinvestment and leaseholder works.

The framework contracts will each be in the form of a term partnering contract based on the ACA Standard Form of Contract for Term Partnering 2005 (updated 2008), under which work will be called off in packages using an enhanced order process. In support of this, all economic operators appointed pursuant to this procurement will become parties to a Strategic Alliancing Agreement aimed at the furtherance of the Contracting Authorities aims in procuring these works.

In particular, the appointed economic operators will be contractually obliged to

1 Make use of commodity supply agreements pre-procured by the Contracting Authority (details of which will be set out in the Contract Documents), and not use alternate suppliers unless specifically authorised by the Contracting Authority;

2 Assist with any consultations the Contracting Authority is obliged to undertake (whether by reason of legislation or their internal procedures) with their tenants and any other party(ies);

3 Follow the access procedure(s) established by the Contracting Authority;

4 Provide updates to data capture and notify of any concerning circumstances;

5 Attend and participate as required in meetings of the Contracting Authority, the other economic operators appointed pursuant to this procurement (and any other party identified by the Contracting Authority); and

6 Comply with social value obligations including employment and training objectives.

Works will be required to a number of elements including bathrooms, electrical, heating, kitchen, external, windows and doors.

For the purpose of this procurement this opportunity has been diovided into 7 regional Lots.

which are

1 North East

2 North West

3 Yorkshire and Midlands

4 Milton Keynes, North London and Thames Gateway

5 South West

6 South East

and optional (time related) Lot

7 East Anglia, Essex and Cambridge

Economic operators may submit expressions of interest for 1 or more lots.

The Contracting Authority wishes to establish a strategic alliancing agreement (to be entered into by the Contracting Authority and all economic operators appointed pursuant to this procurement exercise) for the long term viability of these framework agreements. A strategic alliancing agreement will be used in order to establish a steering group to provide a forum for the Contracting Authority and all economic operators appointed to work together for the benefit of the Contracting Authority, share best practice, make best use of innovative technology, increase productivity and develop a cohesive strategy.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Places for People Group Limited for itself and on behalf of its present and future subsidiaries (the Contracting Authority) and all other bodies identified in the paragraph II.2.1)Total quantity or scope

4 The Pavilions, Portway

Preston

PR2 2YB

UK

Keith Mullender

+44 1772897200

purchasing@placesforpeople.co.uk


www.placesforpeople.co.uk


Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Ie

See all parties listed at paragraph II.2.1

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Major Works Contractors.

II.1.2(a))

Math o gontract gwaith

Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio



UK

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch wedi'i dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

4

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Economic operators shall note that the duration of the framework agreement shall be 4 years but that call-off contracts awarded pursuant to those framework agreements may last longer than the duration of the framework agreements.

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

69 810 000500 000 000GBP

Amlder a gwerth y contractau a gaiff eu dyfarnu

Precise quantities and values are unknown and will also depend on the number of purchasers relying on the framework. Whilst it is anticipated that initial expenditure will be in the region of 69 810 000 GBP to 500 000 000 GBP, this is approximate only and the values will be to such level as those purchasing consider necessary to provide suitable requirements.

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

The Contracting Authority is seeking expressions of interest from suitably resourced and experienced major works planned maintenance contractors across the United Kingdom.

The contracting authority is a registered provider of social housing. The Contracting Authority is one of the largest property management, development and regeneration companies in the UK.

Economic operators appointed pursuant to this procurement exercise will be teh contracting authorities primary contractors for a period of 4 years and the majority of works will be to maintain decency. Other works will include reinvestment and leaseholder works.

The framework contracts will each be in the form of a term partnering contract based on the ACA Standard Form of Contract for Term Partnering 2005 (updated 2008), under which work will be called off in packages using an enhanced order process. In support of this, all economic operators appointed pursuant to this procurement will become parties to a Strategic Alliancing Agreement aimed at the furtherance of the Contracting Authorities aims in procuring these works.

In particular, the appointed economic operators will be contractually obliged to

1 Make use of commodity supply agreements pre-procured by the Contracting Authority (details of which will be set out in the Contract Documents), and not use alternate suppliers unless specifically authorised by the Contracting Authority;

2 Assist with any consultations the Contracting Authority is obliged to undertake (whether by reason of legislation or their internal procedures) with their tenants and any other party(ies);

3 Follow the access procedure(s) established by the Contracting Authority;

4 Provide updates to data capture and notify of any concerning circumstances;

5 Attend and participate as required in meetings of the Contracting Authority, the other economic operators appointed pursuant to this procurement (and any other party identified by the Contracting Authority); and

6 Comply with social value obligations including employment and training objectives.

Works will be required to a number of elements including bathrooms, electrical, heating, kitchen, external, windows and doors.

For the purpose of this procurement this opportunity has been diovided into 7 regional Lots.

which are

1 North East

2 North West

3 Yorkshire and Midlands

4 Milton Keynes, North London and Thames Gateway

5 South West

6 South East

and optional (time related) Lot

7 East Anglia, Essex and Cambridge

Economic operators may submit expressions of interest for 1 or more lots.

The Contracting Authority wishes to establish a strategic alliancing agreement (to be entered into by the Contracting Authority and all economic operators appointed pursuant to this procurement exercise) for the long term viability of these framework agreements. A strategic alliancing agreement will be used in order to establish a steering group to provide a forum for the Contracting Authority and all economic operators appointed to work together for the benefit of the Contracting Authority, share best practice, make best use of innovative technology, increase productivity and develop a cohesive strategy.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

45000000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640
71334000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch heb ei dicio

II.1.8)

Rhannu'n lotiau

Ie

Blwch heb ei dicio Blwch wedi'i dicio Blwch heb ei dicio

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

The contracting authority is a registered provider of social housing. The Contracting Authority is one of the largest property management, development and regeneration companies in the UK, with a stock portfolio of over 80,000 properties covering a large geographical area from Edinburgh to the Isle of White.

The opportunity is for an economic operator/s to be appointed to a regional Lot as the contracting authorities main external contractor in that region.

Economic operators may apply for one or more Lots.

The Lots are divided along geographical boundaries and the % of work estimated to be allocated is as follows;

1 North East 20,3 %

2 North West 33,3 %

3 Yorkshire and Midlands 20,2 %

4 Milton Keynes, North London and Thames Gateway 12,7 %

5 South West 6,1 %

6 South East 7,4 %

As work under Lot 7 (East Anglia, Essex and Cambridge) is currently provisional it has not been included in the above percentages

The contract will start in April 2014 in line with Places for People's financial year.

The following decency work is planned to be carried out throughout the four year contract (year 1 2014 to 2015, year 2 2015 to 2016, year 3 2016 to 2017, year 4 2017 to 2018) although this programme is subject to change.

Bathrooms (year 1, 35, year 2, 40, year 3, 35, year 4, 40)

Electrical (year 1 466, year 2 1089, year 3 1804, year 4 1401)

Heating (year 1 420, year 2 1468, year 3 1683, year 4 1256)

Kitchens (year 1 356, year 2 1383, year 3 970, year 4 1370)

Other external (year 1 230, year 2 848, year 3 612, year 4 609)

Windows (year 1 206, year 2 267, year 3 457, year 4 365)

Doors (year 1 470, year 2 923, year 3 1132, year 4 660)

The above listed planned decency work has a range between 75 900 000 GBP and 80 000 000 GBP.

It is expectecd that up to 15 % of the work in Lots 2 and 3, equivalent to values of between 3,8m GBP to 5,2m GBP and 2,3m GBP to 3,2m GBP respectively over the contract period may be allocated to teh contracting authorities in house direct labour organisation (also known as PMD or Property Maintenance Department) at its discretion. Therefore the low end range may reduce to 69 810 000 GBP.

Throughout the 4 year agreement there is the potential for an additional 1 000 000 GBP to 4 000 000 GBP block investment works to be allocated and a further 4 000 000 GBP to 6 000 000 GBP leasholder works to be allocated to the planned works programme. This additional work could take place across any of the lots and is as yet unallocated.

There will be an option to activate and call off work under Lot 7 in years 2,3 and 4 to allow for Cotman Housing Association Limited, who form part of the definition of the contracting authority to call off work under this framework once their current provision expires.

Cotman Housing Association Limited operate in the East Anglia, Essex and Cambridge areas.

This work option is vallued at an approximate 8 000 000 GBP and interested parties will be expected to offer fixed pricing now for year 2 of this Major Works Framework with years 3 and 4 being subject to review.

This works allocation will be tendered out as Lot 7 East Anglia, Essex and Cambridge.

The economic operators appointed pursuant to this procurement will observe the terms of any and contacts entered into pursuant to it, and the Contracting Authority reserves the right to terminate any such contract, or bring to an end any partially complete works package, for failure on the part of an economic operator to satisfactorily achieve any performance levels or requirements.

For the avoidance of doubt, the Contracting Authority reserves the absolute right not to call off works under any or all Lots detailed in this contract notice for any reason including but not limited to a change of budget allocation by the board of the Contracting Authority or a re-allocation of works to another economic operator, including the Contracting Authority's in house direct labour organisation.

Save for any mandatory periods, the timescales indicated in this notice are approximate and the Contracting Authority reserved the right to amend the same

It is intended that this Framework Agreement will be capable of being used by other Contracting Authorities in England. This procurement is being undertaken by the contracting authority for itself and as lead authority for the benefit of other organisations set out below as refered to Annex A (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed) and for the benefit of any Local Authority / Registered Provider that may fall within the geographical remit of this agreement. Accordingly, it is the intention that these other England public organisations should be able to rely on this procurement to purchase such services without the need for any further procurement process.

The specific works detail and breakdown of value relating to wider contracting authority interest could take place across any of the lots and is as yet unallocated.

The public sector bodies to whom the use of this framework agreement is open, include without limitation, the following in the geographical area stated in II.1.2:

Local authorities (as defined in Regulation 3(2) to 3(5) inclusive of the Public Contracts Regulations 2006 (as amended) (the Regulations), details of such authorities being available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG,

Registered Providers a list of such authorities being available at: http://www.communities.gov.uk

including but not limited to the following registered providers;

Sanctuary Housing Association (L0247)

London and Quadrant Housing Trust (L4517)

The Riverside Group Limited (L4552)

Home Group Limited (L3076)

Wakefield And District Housing Limited (L4441)

Midland Heart Limited (L4466)

Hyde Housing Association Limited (LH0032)

Gentoo Sunderland Limited (L4318)

Anchor Trust (LH4095)

Your Homes Newcastle Limited (4627)

Amicushorizon Limited (L4536)

The Guinness Trust (LH0036)

Southern Housing Group Limited (L4628)

Guinness Northern Counties Limited (L0407)

Bromford Carinthia Housing Association Limited (L0020)

Metropolitan Housing Trust Limited (L0726)

Wigan And Leigh Housing Company Ltd (4625)

Notting Hill Housing Trust (L0035)

Incommunities Limited (L4476)

William Sutton Housing Association Limited (L4489)

Family Mosaic Housing (L4470)

A2dominion Homes Limited (LH0391)

Walsall Housing Group Limited (L4389)

Paddington Churches Housing Association Limited (LH0030)

Bolton At Home (4568)

Sovereign Housing Association Limited (L3865)

Peabody Trust (L0014)

First Wessex (L4553)

Housing 21 (L0055)

Whitefriars Housing Group Limited (LH4471)

Circle Thirty Three Housing Trust Limited (L0031)

Guinness South Limited (L4629)

Yorkshire Housing Limited (L4521)

Heart Of England Housing Association Limited (L4526)

Viridian Housing (LH0172)

The Swaythling Housing Society Limited (L0689)

Orbit South Housing Association Limited (L4060)

Bedfordshire Pilgrims Housing Association Limited (LH3887)

Pathmeads Housing Association Limited (L2502)

Liverpool Mutual Homes Limited (L4524)

A2dominion South Limited (LH4149)

Plymouth Community Homes (L4543)

City West Housing Trust Limited (L4528)

New Charter Homes Ltd (LH4266)

Moat Homes Limited (L0386)

Great Places Housing Association (L1230)

Broomleigh Housing Association Limited (L3979)

Hanover Housing Association (L0071)

Knowsley Housing Trust (LH4343)

Helena Partnerships Limited (L4340)

East Homes Limited (LH2833)

Contour Homes Limited (L3261)

Wirral Partnership Homes Limited (L4435)

Pennine Housing 2000 Limited (LH4307)

First Choice Homes Oldham Limited (4582)

Accent Foundation Limited (LH1722)

Downland Housing Association Limited (L3901)

Paradigm Housing Group Limited (L4215)

Isos Housing Limited (4646)

Stockport Homes (4619)

Martlet Homes Limited (L4303)

Thames Valley Housing Association Limited (L0514)

Erimus Housing Limited (L4431)

Arena Housing Group Limited (L1700)

One Vision Housing Limited (L4482)

The Wrekin Housing Trust Limited (LH4220)

Raglan Housing Association Limited (L1556)

Paradigm Homes Charitable Housing Association Limited (LH4138)

Catalyst Communities Housing Association Limited (L0699)

Devon & Cornwall Housing Association Limited (L0943)

Liverpool Housing Trust Limited (LH0250)

Tristar Homes Limited (4622)

Spirita Limited (LH4358)

Knightstone Housing Association Limited (L0291)

Derwent Housing Association Limited (L0715)

Coast & Country Housing Limited (L4342)

Cross Keys Homes Limited (LH4428)

North Lincolnshire Homes Limited (L4486)

Somer Community Housing Trust (LH4209)

Manchester And District Housing Association Ltd (L1423)

Peddars Way Housing Association Limited (L4008)

Jephson Homes Housing Association Limited (L0173)

One Housing Group Limited (LH0171)

Trafford Housing Trust Limited (L4440)

Swan Housing Association Limited (L4145)

Stadium Housing Association Limited (L0525)

Golden Gates Housing Trust (4631)

Yarlington Housing Group (LH4200)

Suffolk Heritage Housing Association Limited (LH3944)

Adactus Housing Association Limited (LH0131)

Sedgefield Borough Homes Limited (L4538)

South Anglia Housing Limited (LH4094)

Aspire Housing Limited (L4238)

North Hertfordshire Homes Limited (L4370)

Aldwyck Housing Group Limited (LH1682)

Kingfisher Hvhs (L4541)

Greenfields Community Housing Association (L4499)

Town And Country Housing Group (L4251)

Eastlands Homes Partnership Limited (L4396)

East Midlands Housing Association Limited (LH1985)

Leicester Housing Association Limited (L0409)

Twin Valley Homes Limited (LH4314)

Shoreline Housing Partnership Ltd (L4442)

Merlin Housing Society Limited (L4485)

Wherry Housing Association Limited (LH3866)

Thames Valley Charitable Housing Association Ltd (LH3702)

Willow Park Housing Trust Limited (L4219)

Nottingham Community Housing Association Ltd (LH0273)

Chevin Housing Association Limited (L4160)

Sentinel Housing Association Ltd (LH4066)

Springboard Housing Association Limited (LH0121)

Places For People Individual Support Limited (LH3926)

Plus Dane (merseyside) Housing Association Limited (L4556)

Vale Of Aylesbury Housing Trust (L4473)

Irwell Valley Housing Association Limited (L0061)

Chelmer Housing Partnership Limited (L4331)

New Linx Housing Trust (L4201)

Western Challenge Housing Association Limited (L1446)

Housing Hartlepool (L4414)

Shaftesbury Housing Association (L1527)

Russet Homes Limited (LH3922)

Longhurst & Havelok Homes (L4542)

Orbit Group Limited (L4123)

Westlea Housing Association Limited (LH4083)

Freebridge Community Housing Limited (L4463)

The Vale Housing Association Limited (LH4061)

Derwentside Homes (L4483)

Richmond Housing Partnership Limited (L4279)

Penwith Housing Association Limited (LH4040)

Aragon Housing Association Limited (L4048)

Signpost Housing Association Limited (L3915)

Sarsen Housing Association Limited (LH4074)

Guinness Hermitage 2011 Limited (L4131)

Merton Priory Homes (L4548)

Newlon Housing Trust (L0006)

Weaver Vale Housing Trust Limited (L4341)

Magna Housing Association Limited (L3950)

Golding Homes (LH4402)

Chester & District Housing Trust Limited (LH4291)

Wandle Housing Association Limited (L0277)

West Mercia Homes Limited (L0523)

Halton Housing Trust Limited (L4456)

Nsah (alliance Homes) Limited (L4459)

Poplar Harca Limited (L4170)

Community Gateway Association Limited (L4457)

The Havebury Housing Partnership (LH4339)

West Kent Housing Association (LH3827)

Gallions Housing Association Limited (L4274)

Southway Housing Trust (L4507)

Elgar Housing Association Limited (LH4062)

Luminus Homes Limited (LH4253)

Cobalt Housing Limited (L4361)

Parkway Green Housing Trust (L4478)

Stafford & Rural Homes Limited (L4458)

Accord Housing Association Limited (LH3902)

South Staffordshire Housing Association Limited (LH4121)

Amber Valley Housing Limited (L4372)

Bracknell Forest Homes Limited (L4513)

Testway Housing Limited (L4263)

South Yorkshire Housing Association Limited (L0078)

Selwood Housing Society Limited (LH4097)

Raven Housing Trust Limited (L4334)

Waterloo Housing Association Limited (L1666)

Phoenix Community Housing Association (bellingham And Downham) Limited (L4505)

Herefordshire Housing Limited (LH4353)

Severnside Housing (LH4325)

Trent & Dove Housing Limited (L4311)

Soha Housing Limited (L4130)

Chorley Community Housing Limited (L4487)

Wansbeck Homes Limited (L4516)

Evesham And Pershore Housing Association Limited (LH4050)

De Montfort Housing Society Limited (L0435)

Saxon Weald Homes Limited (L4299)

Acis Group Limited (L4229)

Three Valleys Housing Limited (L4333)

Wulvern Housing Ltd (L4371)

Broadacres Housing Association Limited (LH4014)

Aldwyck East Housing Association Limited (L1690)

Watford Community Housing Trust (L4495)

Origin Housing Limited (L0871)

Homezone Housing Limited (LH4122)

Drum Housing Association Limited (LH4090)

Cheshire Peaks & Plains Housing Trust (L4472)

Shepherds Bush Housing Association Limited (LH0050)

Saffron Housing Trust Limited (LH4412)

Muir Group Housing Association Limited (L2194)

Regenda Homes Limited (L0877)

Victory Housing Trust (L4460)

Westcountry Housing Association Limited (LH0945)

Spire Homes (lg) Limited (LH4302)

Broadland Housing Association Limited (L0026)

Boston Mayflower Limited (LH4237)

Plus Dane (cheshire) Housing Association Limited (LH4158)

'johnnie' Johnson Housing Trust Limited (L1231)

Worcester Community Housing Limited (LH4416)

Wellingborough Homes Limited (L4509)

Notting Hill Home Ownership Limited (SL3119)

Tees Valley Housing Limited (L1872)

Calico Homes Limited (L4254)

69 810 000500 000 000
GBP

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

48

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

Details of deposits and guarantees required by the Contracting Authority will be set out in the Contract Documents

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

Terms of financial and payment arrangements will be set out in the Contract Documents

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

Joint and several liability

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

Under the contract the appointed economic operator and its supply chain will be required to actively participate in the achievement of social, community and/or environmental policy objectives relating to recruitment and training, community benefits and supply chain initiatives which are relevant and proportionate to this contract. Accordingly the contract performance conditions may relate in particular to social ,community and environmental considerations. Other conditions of the contract with which the successful company will be required to comply will be set out in the tender documentation.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


Applicants will be required to complete a prequalification questionnaire (PQQ), including requirements relating to personal situation of economic operators and necessary enrolment on professional or trade registers as set out in the PQQ and Public Contracts Regulations 2006.

This would include CHAS registration (or other equivalent SSIP) or the agreement to have such registration in place should you be successfully appointed to any framework and before any contracts are issued.

III.2.2)

Capasiti economaidd ac ariannol


Circumstances set out in regulation 23 of the UK Public Contract Regulations 2006 (SI 2005 No. 5). Applicants will be required to complete a prequalification questionaire (PQQ) including requirements on economic and financial capacity.



As detailed in the pre qualification documents


III.2.3)

Capasiti technegol


As detailed in the pre qualification documents



As detailed in the pre qualification documents


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

III.3)

Amodau sy'n Benodol i Gontractau Gwasanaeth

III.3.1)

A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?

Na

III.3.2)

A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?

Na

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

6

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

The above figure of 6 is the number for each regional Lot that will be taken through to Invitation to Tender Stage.

This is in line with minimum requirements of 5 per European Procurement Regulations.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol

  23 - 08 - 2013   12:00

 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  30 - 08 - 2013   12:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd


IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

The Contracting Authority intends to use an eTendering system in this procurement exercise.

Expressions of interest and requests for additional information and access to the pre qualification documents should be emailed to purchasing@placesforpeople.co.uk before midday on 23.8.2013.

Please title your email 'Major Works' and provide the following contact details: company name, contact name, telephone, email address and postal address.

Applicants will then receive a login to Ariba Sourcing and will be able to view and download pre qualification documents, additional information and submit pre qualification questionnaire responses.

Pre qualification responses should be submitted online using Ariba Sourcing no later than midday on 30.8.2013.

Applicants should allow plenty of time to complete and submit there response by the deadline.

Please note that Ariba Sourcing will be unavailable during the hours 16:00 to 18:00 UK time during weekdays to enable new expressions of interest to be set up and provided with their login details.

Applicants should provide their username if they already have a profile for Ariba Sourcing.

Please note: Fully completed and returned pre-qualification questionnaires will be used to select those firms invited to the next stage of the process. There is no guarantee that any organisation will be awarded services under the framework agreement and the Contracting Authority reserves the right not to award part or part of the services only.

It is intended that this Framework Agreement will be capable of being used by other contracting authorities in the United Kingdom. This procurement is being undertaken by the Contracting Authority for itself and as lead authority for the benefit of other organisations set out in paragraph II.2.1 (as referred to in Annex A) (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed).

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio


High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK


+44 2079476000


Corff sy'n gyfrifol am y gweithdrefnau cyfryngu


High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK


+44 2079476000


VI.4.2)

Cyflwyno apeliadau

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho


Office of Government Commerce

1 Horse Guard's Road

London

SW1A 2HQ

UK


+44 8450004999


VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  29 - 07 - 2013

ATODIAD B

Gwybodaeth Am Lotiau

1     North East

1)

Disgrifiad Byr

Lot 1 is for the North East of England being the administrative areas of Northumberland, Tyne & Wear, County Durham and the Northern portion of North Yorkshire. This Lot accounts for an estimated 20.3% of the total value of works pursuant to this procurement.

Work is estimated to be required at 2702 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
45410000
45430000
45440000
45420000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640
71334000

3)

Maint neu gwmpas

Work isestimated to be required at 2702 properties accounting for an estimated 20.3% of the total work under decency.

Additional works may be required for block investment and leaseholder works or for any other additional work as called off



15 407 70016 240 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

ATODIAD B

Gwybodaeth Am Lotiau

2     North West

1)

Disgrifiad Byr

Lot 2 is for the North West of England being primarily the administrative areas of Cumbria, Lancashire and Cheshire.This Lot accounts for an estimated 33.3% of the total value of works pursuant to the procurement.

Work is estimated to be required at 4299 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
71334000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640

3)

Maint neu gwmpas

Work is estimated to be required at 4299 properties accounting for an estimated 33.3% of the total work under decency.

Additional works may be required for block investment and leaseholder works or for any other additional works as called off.

The range of works for this lot is 25,274,700GBP to 26,640,000GBP. The internal DLO may be allocated up to 15% of the work which may reduce the lower range to 21,479,700.



21 479 70026 640 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

ATODIAD B

Gwybodaeth Am Lotiau

3     Yorkshire and Midlands

1)

Disgrifiad Byr

Lot 3 is for the Yorkshire and Midlands being primarily the administrative areas of Yorkshire, Derbyshire, Nottinghamshire, Lincolnshire and Leicestershire regions of England. This Lot accounts for an estimated 20.2% of the total value of works pursuant to this procurement.

Work will be required at an estimated 2415 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640
71334000

3)

Maint neu gwmpas

Work is estimated to be required at 2415 properties accounting for an estimated 20.2% of the total work under decency.

Additional works may be required for block investment and leaseholder works or for any other additional work as called off.

The range of works for this lot is 15,331,800GBP to 16,160,000. The internal DLO may be allocated up to 15% of the work which may reduce the lower range to13,036,800.



13 036 80016 160 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

ATODIAD B

Gwybodaeth Am Lotiau

4     Milton Keynes, North London and Thames Gateway

1)

Disgrifiad Byr

Lot 4 is for the Milton Keynes, North London and Thames Gateway regions of England. including Northamptonshire, Buckinghamshire and Kent This Lot accounts for an estimated 12.7% of works pursuant to this procurement.

Work is estimated to be be required at 1493 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
71334000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640

3)

Maint neu gwmpas

Work is estimated to be required at 1493 properties accounting for an estimated 12.7% of the total work under decency.

Additional works may be required for block investment and leaseholder works or for any additional work as called off.



9 639 30010 160 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

ATODIAD B

Gwybodaeth Am Lotiau

5     South West England

1)

Disgrifiad Byr

Lot 5 is for South West England. including Gloucestershire, Bristol, Wiltshire and Somerset. This Lot accounts foran estimated 6.1% of the total value of works pursuant to this procurement.

Work is estimated to be required at 739 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640
71334000

3)

Maint neu gwmpas

Work is estimated to be required at 739 properties accounting for an estimated 6.1% of the total work under decency.

Additional works may be required for block investment and leaseholder works or for any additional work as called off.



4 629 9004 880 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

ATODIAD B

Gwybodaeth Am Lotiau

6     South East England

1)

Disgrifiad Byr

Lot 6 is for South East England being the administrative areas of East and West Sussex,Surrey and Hampshire. This Lot accounts for an estimated 7.4% of the total value of works pursuant to this procurement.

Work is estimated to be be required at 1167 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
71334000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640

3)

Maint neu gwmpas

Work is estimated to be required at 1167 properties accounting for an estimated 7.4% of the total work under decency.

Additional works may be required for block investment and leaseholder works and for any additional work as called off



5 616 6005 920 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

ATODIAD B

Gwybodaeth Am Lotiau

7     East Anglia, Essex and Cambridge

1)

Disgrifiad Byr

Lot 7 is currently as required by Cotman Housing Limited for the contracting authorities stock in East Anglia, parts of Essex and Cambridge for years 2,3 and 4 of the contract.

Work will potentially be required at 1466 properties

2)

Geirfa Gaffael Gyffredin (CPV)

45000000
45410000
45420000
45430000
45440000
45211310
45331100
45421151
45421100
45311000
45261210
45262521
45343000
45262640
71334000

3)

Maint neu gwmpas

Work potentially will be required at 1466 properties



08 000 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

Please note: the monetary amounts stated here are based on the allocation of the planned works programme by the Contracting Authority. As the frameworks are open to other contracting authorities, pursuant to the details stated in paragraph II.2.1, allocation of the estimated remaining capacity in the total value listed at section II.1.4 is not clear at this stage and the maximum value stated here has the potential to be increased accordingly

This Lot is a potential Lot and for the avoidance of doubt there is no obligation on the part of the contracting authority to call off any works under the contract awarded under this Lot nor shall there be any expected on the part of the economic operator appointed under this Lot that any such work shall be called off.


Codio

Categorïau nwyddau

ID Teitl Prif gategori
45262521 Bricwaith wyneb Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45421151 Gosod ceginau gosod Gwaith asiedydd
45421100 Gosod drysau a ffenestri a chydrannau cysylltiedig Gwaith asiedydd
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45211310 Gwaith adeiladu ystafelloedd ymolchi Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol
45430000 Gwaith gorchuddio lloriau a waliau Gwaith cwblhau adeiladau
45261210 Gwaith gorchuddio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45420000 Gwaith gosod gwaith asiedydd a saer Gwaith cwblhau adeiladau
45331100 Gwaith gosod gwres canolog Gwaith gosod systemau gwresogi, awyru ac aerdymheru
45343000 Gwaith gosod mesurau atal tân Gwaith gosod ffensys, rheiliau a chyfarpar diogelwch
45262640 Gwaith gwella amgylcheddol Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45311000 Gwaith gwifro a ffitio trydanol Gwaith gosod trydanol
45440000 Gwaith paentio a gwydro Gwaith cwblhau adeiladau
45410000 Gwaith plastro Gwaith cwblhau adeiladau
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
purchasing@placesforpeople.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.