이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
United Kingdom-Aberdeen: Housing services
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2016.10.18
원본

 

공고명: United Kingdom-Aberdeen: Housing services
게시일: 2016/10/17
마감일: 2016/11/09
수행지역: 영국
카테고리: 80 - 경영관련업


공고내용

 

TI Title United Kingdom-Aberdeen: Housing services
ND Document number 360156-2016
PD Publication date 15/10/2016
OJ OJ S 200
TW Place ABERDEEN
AU Authority name Aberdeenshire Council
OL Original language EN
HD Heading - - Works - Contract notice - Competitive procedure with negotiation
CY Country UK
AA Type of authority 3 - Regional or local authority
HA EU Institution -
DS Document sent 10/10/2016
DT Deadline 09/11/2016
NC Contract 1 - Works
PR Procedure B - Competitive procedure with negotiation
TD Document 3 - Contract notice
RP Regulation 5 - European Union, with participation of GPA countries
PC CPV code 70333000 - Housing services
OC Original CPV code 70333000 - Housing services
RC NUTS code UKM50
IA Internet address (URL) http://www.aberdeenshire.gov.uk
DI Directive Public procurement Directive (2014/24/EU)

 

 

--------------------------------------------------------------------------------

 

 

 

 

15/10/2016 S200 - - Works - Contract notice - Competitive procedure with negotiation
I.
II.
III.
IV.
VI.


United Kingdom-Aberdeen: Housing services

2016/S 200-360156

 

Contract notice


Works
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
United Kingdom
Telephone: +44 1224665652
E-mail: cpscityshire@aberdeencity.gov.uk
Fax: +44 1224665656
NUTS code: UKM50
Internet address(es):

Main address: http://www.aberdeenshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232

I.2)Joint procurement

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publiccontractsscotland.gov.uk

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted electronically via: www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.publiccontractsscotland.gov.uk

I.4)Type of the contracting authority
Regional or local authority

I.5)Main activity
General public services


Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

 

Social Housing Improvement Programme 2017-2020/21.


Reference number: 000-MTRN7841

II.1.2)Main CPV code
70333000

II.1.3)Type of contract
Works

II.1.4)Short description:

 

Aberdeenshire Council is committed to undertake a programme of Social Housing Improvement Works in order to meet both contractual and statutory obligations for its Housing Tenants. This involves a large annual capital investment from April 2017 to April 2021. The investment is to comply with the Energy Efficiency Standard for Social Housing (EESSH).


II.1.5)Estimated total value
Value excluding VAT: 160 000.00 GBP

II.1.6)Information about lots
This contract is divided into lots: no

II.2)Description

II.2.1)Title:

II.2.2)Additional CPV code(s)
70333000

II.2.3)Place of performance
NUTS code: UKM50

II.2.4)Description of the procurement:

 

Housing Stock Improvement Programme 2017-2020/21 using the Competitive Procedure with Negotiation.

The majority of work will take place in occupied domestic properties, throughout Aberdeenshire, with works released in batches. Upgrades include, but are not limited to, kitchens; bathrooms; heating; rewiring; windows and doors; external walls and roofs.

Candidates should note that some properties will include vulnerable tenants and there will be a need to accommodate this.

The works will not be divided into lots as this would make the execution of the contract excessively technically difficult.


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: 160 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 8

Objective criteria for choosing the limited number of candidates:

 


The candidates will be selected based on their weighted scores on section 4C within the ESPD document. See sections III.1.3 and V1.3 of the Contract Notice for further information.


II.2.10)Information about variants
Variants will be accepted: no

II.2.11)Information about options
Options: no

II.2.12)Information about electronic catalogues

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

 

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

 

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:

 


Please refer to these statements when completing section 4A of the ESPD (Scotland)

Statement for 4A.1

If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Statement for 4A.1.1

Please provide relevant documentation electronically in relation to 4A.1

Statement for 4A.2

This is not applicable to this procurement exercise.


III.1.2)Economic and financial standing
List and brief description of selection criteria:

 


Please refer to these statements when completing section 4B of the ESPD (Scotland)

Statement for 4B.1.1

Bidders will be required to have a minimum ‘general’ yearly turnover of 25,000,000 GBP for the last 3 years:

Statement for 4B.1.2

This is not applicable to this procurement exercise

Statement for 4B.1.3

Please provide relevant documentation electronically in relation to 4B.1.1 if available.

Statement for 4B.2 1-3

This is not applicable to this procurement exercise

Statement for 4B.3

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

Statement for 4B.4

This is not applicable to this procurement exercise

Statement for 4B.4.1

Please provide relevant documentation electronically in relation to 4B.4 if available.

Statement for 4B.5 1-3

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer's (Compulsory) Liability Insurance = 10 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

Professional Indemnity Insurance = 1 000 000 GBP

Product Liability Insurance = 5 000 000 GBP

http://www.hse.gov.uk/pubns/hse40.pdf

Statement for 4B.6

This is not applicable to this procurement exercise.


III.1.3)Technical and professional ability
List and brief description of selection criteria:

 


Please refer to these statements when completing section 4C of the ESPD (Scotland)

Statement for 4C.1

Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Satisfactory testimonials for each example will be required. Question 4C.1 will make up 60 % of the weighting in section 4C.

Statement for 4C.1.1

Please provide relevant documentation electronically if available. Question 4C.1.1 will make up 0 % of the weighting in section 4C

Statement for 4C.1.2 — 4C.3

These are not applicable in this procurement exercise.

Statement for 4C.4

Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.4 will make up 30 % of the weighting in section 4C

Statement for 4C.5 — 4C.6

These are not applicable in this procurement exercise.

Statement for 4C.7

Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

Environmental ISO14001 Accreditation Required Question 4C.7 will make up 10 % of the weighting in section 4C.

Statement for 4C.8 — 4C.9

These are not applicable in this procurement exercise.

Statement for 4C.10

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Question 4C.10 will make up 0 % of the weighting in section 4C

Statement for 4C.11 — 4C.12

These are not applicable in this procurement exercise

Please refer to these statements when completing section 4D of the ESPD (Scotland)

Statement for 4D.1

Bidders will be required to hold the following accreditations, or equivalent (where equivalent it is the bidders responsibility to demonstrate compliance):

Environmental ISO14001

Quality ISO9001

Considerate Constructor Scheme.


III.1.5)Information about reserved contracts

III.2)Conditions related to the contract

III.2.2)Contract performance conditions:

 

More information around the KPIs applicable under this contract will be available in the ITT itself.


III.2.3)Information about staff responsible for the performance of the contract


Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure
Competitive procedure with negotiation

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 several operators

Envisaged maximum number of participants to the framework agreement: 4

IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.6)Information about electronic auction

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.2.1)Previous publication concerning this procedure

IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 09/11/2016

Local time: 16:00

IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 21/11/2016

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: 4 (from the date stated for receipt of tender)

IV.2.7)Conditions for opening of tenders


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.3)Additional information:

 

Please refer to the below when completing section 4C of the contract.

The scoring for section 4C will be as follows:

0 — Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement

1 — Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient / limited detail or explanation to demonstrate how the requirement will be filled

2 — Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas

3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled

4 — Excellent. Response is completely relevant and excellently overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Other information

It is anticipated that following the evaluation of ESPD submissions, a max of 8 bidders will be invited to the ITT stage. Prior to the ITT being issued, these bidders will be invited to meet with the Buyer in order to welcome their input and involvement in the ITT process

Please refer to the below statements when completing section 4D of the ESPD (Scotland)

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=465031.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The successful bidders awarded onto this framework will be expected to work together for the delivery of community benefits. More details regarding the community benefits required to be delivered will be given in the ITT itself.

(SC Ref:465031).


VI.4)Procedures for review

VI.4.1)Review body
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
United Kingdom
Telephone: +44 1224665652
Fax: +44 1224665656
Internet address:http://www.aberdeenshire.gov.uk

VI.4.2)Body responsible for mediation procedures

VI.4.3)Review procedure

VI.4.4)Service from which information about the review procedure may be obtained

VI.5)Date of dispatch of this notice:
10/10/2016


원본 URL: http://ted.europa.eu/udl?uri=TED%3ANOTICE%3A360156-2016%3ATEXT%3AEN%3AHTML&src=0