web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Christchurch: Construction materials and associated items

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 209-379166/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Award criteria: Most economic bid
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Spectrum Housing Group
Spectrum House, Grange Road, Dorset
Christchurch
Postal code: BH23 4GE
United Kingdom
Contact points(s): UKK22
For the attention of: Phillip Williams
Email: pwilliams@tppl.co.uk
Internet Address(es):
General address of the contracting authority: www.spectrumhousing.co.uk
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Housing and community amenities
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Spectrum National Materials Consortium (C/O Spectrum Housing Group)
Spectrum House, Grange Road, Christchurch
Dorset
Postal code: BH23 4GE
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Spectrum National Materials Framework.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 37
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 50 000 000 and 150 000 000 GBP
II.1.5) Short description of the specific contract:
Construction materials and associated items. Plumbing and heating materials. Electrical supplies and accessories. Kitchen furniture and equipment. Lighting equipment and electric lamps. Central-heating radiators and boilers and parts. Tools, locks, keys, hinges, fasteners, chain and springs. Paints, varnishes and mastics. This tender is being undertaken as an open procedure, as detailed in Regulation 27 of the UK statutory instrument Public Contracts Regulations 2015/102. The purpose is the creation of a framework agreement for the supply building materials and associated products and services.
Spectrum Housing Group (‘Spectrum’) invites tenders for organisations to participate in a 48 month framework agreement (‘the Agreement’). The Agreement will be used by Spectrum and all parts of the Group both current and future including the development function. This Agreement may be accessed by all other Registered Providers of Social Housing within England, Scotland and Wales, lists of which may be found here:
England:
Scotland:
Wales:
The Agreement is accessible by all local authorities in England, Scotland and Wales, a list of which may be found here:
(Download Local Authority Contact Details — right-click ‘save target as’)
This link provides an opportunity to search for local authorities in England, with further links to search for local authorities in Wales, Scotland and Northern Ireland:

The Agreement may also be used by all other contracting authorities within England, Scotland and Wales including but not limited to the following definable groups of contracting authorities:

The Procurement Partnership Limited (TPPL) a provider of procurement services to the UK public sector will help manage this Agreement and deliver mini-competitions on behalf of contracting authorities. The Agreement is therefore available to all current and future members of TPPL’s buying club. A list of members of TPPL can be obtained from
Spectrum is seeking to create a framework across a number of Lots covering the following products and services:
Lot 1: All Materials (including general materials).
All building materials available from general building merchants on a collection or delivery basis including but not limited to: lightside, heavyside, civils, drainage, plumbing, heating, gas spares, electrical, kitchen components, renewable energy products, roofing, timber, ironmongery, all paints/solvents, all flooring, tools and equipment, including personal protective equipment. This lot is to be used for managed/dedicated stores services, standard counter services and/or where contracting authorities do not wish to use a range of trade specialist merchants. Contracting authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
Lot 2: Plumbing, Heating and Gas Spares.
Primarily for merchants/distributors supplying on a collection or delivery basis: plumbing, heating and gas spares with ranges including, ventilation and boilers, bathroom sanitary ware and fittings, copper fittings, brassware (bathroom and kitchen), plastic plumbing, drainage and waste, commercial plumbing and renewable energy products, plumbing sundries and accessories. Contracting authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
Lot 3: Electrical Materials.
Primarily for merchants/distributors supplying on a collection or delivery basis: wiring and accessories, sockets, lighting, distribution equipment and cable management, data networking, test and detection, cables, electrical control, fire detection and security systems, renewable energy products, heating and cooling and mobile lighting. Contracting authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
Lot 4: Kitchens.
Primarily for merchants/distributors supplying on a collection or delivery basis: kitchen components, including but not limited to base/wall carcase, door fronts, brassware/sinks, appliances, worktops, plinth, and all other relevant components and accessories. Contracting authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
Lot 5: Aids, Adaptations and other healthcare items
Primarily for suppliers/distributors providing on a collection or delivery basis accessibility and healthcare products including, but not limited to: grab rails, mobility ramps, wet room products, showers, shower enclosures, kitchens. Contracting authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
Other products and services (such as renewable energy products) that are clearly related to the nature of this Agreement can be supplied across the different lot(s) if the supplier within that lot holds the product within their standard range. Spectrum is willing to consider submissions from suitable Suppliers (‘Supplier’) that provide all, or a combination of the above lots. Therefore bids are welcome against one Lot or several.
II.1.6) Common procurement vocabulary (CPV): 44100000, 44115200, 31680000, 39141000, 31500000, 44620000, 44500000, 44800000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:

Information about lots
Lot No: 1; Lot title: All materials (including general construction materials)
1) Short description: All building materials available from general building merchants on a collection or delivery basis including but not limited to: lightside, heavyside, civils, streetscene, drainage, plumbing, heating, gas spares, electrical, kitchen components, renewable energy products, grounds maintenance products, roofing, timber, ironmongery, all paints/solvents, all flooring, tools and equipment, including personal protective equipment. This lot is to be used for managed/dedicated stores services, standard counter services and/or where contracting authorities do not wish to use a range of trade specialist merchants. Contracting Authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
2) Common procurement vocabulary (CPV): 44100000,44115200,31680000,39141000,31500000,44620000,44500000,44800000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Plumbing, Heating and Gas Spares
1) Short description: Primarily for merchants/distributors supplying on a collection or delivery basis: plumbing, heating and gas spares with ranges including, ventilation and boilers, bathroom sanitary ware and fittings, copper fittings, brassware (bathroom and kitchen), plastic plumbing, drainage and waste, commercial plumbing and renewable energy products, plumbing sundries and accessories. Contracting Authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
2) Common procurement vocabulary (CPV): 44115200,44620000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Electrical Materials
1) Short description: Primarily for merchants/distributors supplying on a collection or delivery basis: wiring and accessories, sockets, lighting, distribution equipment and cable management, data networking, test and detection, cables, electrical control, fire detection and security systems, renewable energy products, heating and cooling and mobile lighting. Contracting Authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
2) Common procurement vocabulary (CPV): 31680000,31500000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 4; Lot title: Kitchens
1) Short description: Primarily for merchants/distributors supplying on a collection or delivery basis: kitchen components, including but not limited to base/wall carcase, door fronts, brassware/sinks, appliances, worktops, plinth, and all other relevant components and accessories. Contracting Authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
2) Common procurement vocabulary (CPV): 39141000,44410000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 5; Lot title: Aids, Adaptations and other healthcare items
1) Short description: Primarily for suppliers/distributors providing on a collection or delivery basis accessibility and healthcare products including, but not limited to: grab rails, mobility ramps, wet room products, showers, shower enclosures, kitchens. Contracting Authorities can under mini-competition agree non-standard cost models including but not limited to return on sales/open-book.
2) Common procurement vocabulary (CPV): 44115200,33196000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per tender documentation.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);
(c) the common law offence of bribery;
(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;
(f) any offence listed:
(i) in section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);
(k) an offence under section 59A of the Sexual Offences Act 2003(g);
(l) an offence under section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: As per tender documentation.
Minimum level(s) of standards possibly required: As per tender documentation.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As per tender documentation.
Minimum level(s) of standards possibly required: As per tender documentation.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
PW/SP/001
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
23.11.2015 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
24.11.2015 – 12:00
Place:Spectrum Housing Group or TPPL Offices.
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: Spectrum Housing Group and TPPL employees only.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 44 months from framework commencement.

VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
This Agreement may be accessed by all other Registered Providers of Social Housing within England, Scotland and Wales, lists of which may be found here:
England:
Scotland:
Wales:
The Agreement is accessible by all local authorities in England, Scotland and Wales, a list of which may be found here:
(Download Local Authority Contact Details — right-click ‘save target as’)
The following links provide an opportunity to search for local authorities in England, with further links to search for local authorities in Wales, Scotland and Northern Ireland:

The Agreement may also be used by all other contracting authorities within England, Scotland and Wales including but not limited to the following definable groups of contracting authorities:

The Agreement is also available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from TPPL is a specialist provider of procurement services to the UK public sector. TPPL will manage this framework on behalf of Spectrum and will be responsible for delivering mini-competitions on behalf of Contracting Authorities placing Call-Off Contracts.
Contracting Authorities accessing the framework may choose to use electronic/reverse auctions as part of the mini-competition process they implement.
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-20151023-PRO-7231286.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Please refer to VI.4.2
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:Spectrum Housing Group will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from Spectrum Housing Group before the framework is entered into and to start proceedings where such action is necessary. Such additional information should be requested from the person stated in the contact details in section I.1) of this document.The Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the Regulations referred to above.
VI.5) Date of dispatch of this notice:
23.10.2015