
Market Leads & Opportunities
United Kingdom-Flint: Building materials
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 154-278426/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Flintshire County Council
Postal address: Chapel Street
Town: Flint
Postal code: CH6 5BD
Country: United Kingdom
Contact Person: Valueworks Tender Support
Telephone: +44 1618702515
Email: tenders.support@valueworks.co.uk
Nuts code: UKL
Internet address(es):
Main address: www.flintshire.gov.uk
Official name: Flintshire County Council
Postal address: Chapel Street
Town: Flint
Postal code: CH6 5BD
Country: United Kingdom
Email: tenders.support@valueworks.co.uk
Nuts code: UKL
Internet address(es):
Main address: www.flintshire.gov.uk
I.2) Joint Procurement:
The contract involves joint procurement
In the case of joint procurement involving different countries,state applicable national procurement law :Please see the additional documents section for full details of the potential buying organisations.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
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: Supply of Materials and Merchant Services for Energy Efficiency Works throughout Wales.
Reference number: VWCL1073
II.1.2) Main CPV code: 44111000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Flintshire County Council wishes to set up 2 frameworks for the completion of energy efficiency works throughout Wales. This notice relates to the provision of materials and merchant services. This opportunity is divided into 14 lots, further details are included at Section II.2) Further information about the opportunity is provided at Section VI.3) Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years. The resulting framework will be capable of being used for works to properties owned or managed by any social housing provider and may also include energy efficiency works to privately owned properties. The framework may also be used for works to other public sector / commercial buildings. Please refer to Instructions for Supplier Registration within the additional documents section for further guidance to register on Proactis.
II.1.5) Estimated total value:
Value excluding VAT: 22980000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Supply of external wall insulation — expanded polystyrene (EPS) system
Lot No:11
II.2.2) Additional CPV code(s)
44111000, 44111520, 44111500, 44111510
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply and delivery of external wall insulation and associated materials. A phenolic external wall insulation may be purchased via the successful supplier if supplied and required during the life of the framework. A maximum of 5 suppliers will be appointed for this lot — dependent on the number of bids received.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/service delivery/Weighting:20Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 3660000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of external wall insulation — mineral wool system
Lot No:12
II.2.2) Additional CPV code(s)
44111000, 44111520, 44111500, 44111510
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply and delivery of external wall insulation and associated materials. A phenolic external wall insulation may be purchased via the successful supplier if supplied and required during the life of the framework. A maximum of 5 suppliers will be appointed for this lot — dependent on the number of bids received.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/service delivery/Weighting:20Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 1220000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Distribution and supply of electrical goods
Lot No:13
II.2.2) Additional CPV code(s)
44111000, 09300000, 09310000, 09330000, 09331200, 39717100, 09331000, 09331100, 31155000, 44622000, 44622100, 42520000
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Distribution and supply of electrical goods, Flintshire County Council will be agreeing rates for a number of items directly with material suppliers and will require the merchant to provide a cost to serve within the pricing matrix at tender stage in order to distribute these categories of materials. A maximum of 5 suppliers will be appointed for this lot — dependent on the number of bids received.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/service delivery/Weighting:15Quality criterion -Name: Supply chain management/Weighting:10Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10
Price – Weighting:60
II.2.6) Estimated value:
Value excluding VAT: 13700000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Distribution and supply of plumbing and heating materials
Lot No:14
II.2.2) Additional CPV code(s)
44111000, 44115200, 39715210, 09000000, 09300000, 09310000, 44621000, 44621200, 42131110, 44621110, 44621221, 44621100, 09330000, 09331200, 44115220, 44621220, 09331000, 09331100, 31155000, 44611500, 44622000, 44622100, 42520000
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Distribution and supply of plumbing and heating materials, Flintshire County Council will be agreeing rates for a number of items directly with material suppliers and will require the merchant to provide a cost to serve within the pricing matrix at tender stage in order to distribute these categories of materials. A maximum of 5 suppliers will be appointed for this lot — dependent on the number of bids received.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/service delivery/Weighting:15Quality criterion -Name: Supply chain management/Weighting:10Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10
Price – Weighting:60
II.2.6) Estimated value:
Value excluding VAT: 18100000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of gas boilers
Lot No:1
II.2.2) Additional CPV code(s)
39715210, 44621000, 44115200, 44115220, 44621200, 44621220, 44621221
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of boilers and flues, to include but not limited to; combination condensing boiler, system boiler, flue kit and filling loop. A maximum of 5 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 1584000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume included at Section II.2.1) may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of oil boilers
Lot No:2
II.2.2) Additional CPV code(s)
44115200, 39715210, 44621000, 44621200, 44621221, 44115220, 44621220
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of oil fired boilers and associated materials. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 1188000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of heating controls
Lot No:3
II.2.2) Additional CPV code(s)
39715210, 44115200, 44115220
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of heating controls, to include but not limited to timers and room thermostats. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 198000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of radiator valves
Lot No:4
II.2.2) Additional CPV code(s)
39715210, 42131110, 44115200, 44115220
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of radiator valves, to include but not limited to, integral drain-off valve, lock shield valve and thermostatic valve. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 333000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of radiators
Lot No:5
II.2.2) Additional CPV code(s)
44115200, 39715210, 44621000, 44621110, 44621100, 44115220
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of radiators. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 657000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of heat recovery ventilation system
Lot No:6
II.2.2) Additional CPV code(s)
44622000, 39717100, 44622100, 42520000
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of heat recovery ventilation system and associated materials. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 13 — Distribution and Supply of Electrical Goods and/or Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 1080000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of air source heat pumps
Lot No:7
II.2.2) Additional CPV code(s)
09300000, 09310000, 44611500, 42511110, 42533000
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of a component parts making up a system and a full package solution. Components will include but not limited to air source heat pumps and cylinders. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 13 — Distribution and Supply of Electrical Goods and / or Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 2700000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of ground source heat pumps
Lot No:8
II.2.2) Additional CPV code(s)
09300000, 09310000, 44611500, 42511110, 42533000
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of a component parts making up a system and a full package solution. Components will include but not limited to ground source heat pumps and cylinders. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 13 — Distribution and Supply of Electrical Goods and / or Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 2700000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of solar thermal panels
Lot No:9
II.2.2) Additional CPV code(s)
09300000, 09330000, 09331000, 09331100, 44611500
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of the component parts making up a solar thermal system and full package solutions. Components will include but not limited to solar thermal panels, pump station, cylinders and solar controllers. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 13 — Distribution and Supply of Electrical Goods and/or Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 2925000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
II.2.1) Title: Supply of solar photovoltaic panels
Lot No:10
II.2.2) Additional CPV code(s)
09300000, 09310000, 09330000, 09331200, 31155000
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement:
Supply of the component parts making up a solar photovoltaic system and full package solutions. Components will include but not limited to photovoltaic modules, inverters and generation meters. A maximum of 3 suppliers will be appointed for this lot — dependent on the number of bids received. The successful suppliers will be required to distribute their products via the merchants / distributors appointed under Lot 13 — Distribution and Supply of Electrical Goods and/or Lot 14 — Distribution and Supply of Plumbing and Heating Materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Employment, skills and social responsibility/Weighting:5Quality criterion -Name: Environmental/Weighting:10Quality criterion -Name: Product performance/Weighting:15
Price – Weighting:70
II.2.6) Estimated value:
Value excluding VAT: 2925000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:Maximum volume may include an element of European Union funds.
II.2.14) Additional information: Estimated value is maximum estimated value for a 4 year framework term.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:The information and formalities set out in Articles 57 to 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The tender must be completed and returned in accordance with the instructions by the deadline listed in Section IV.2.2) of this contract notice.
III.1.2) Economic and financial standing
List and brief description of selection criteria: The information and formalities set out in Articles 57 to 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The tender must be completed and returned in accordance with the instructions by the deadline listed in Section IV.2.2) of this contract notice.
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender documentation.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: The information and formalities set out in Articles 57 to 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender. The tender must be completed and returned in accordance with the instructions by the deadline listed in Section IV.2.2) of this contract notice.
Minimum level(s) of standards possibly required:Please refer to the Invitation to Tender documentation.
III.2.2) Contract performance conditions: Please refer to the Invitation to Tender documentation.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:52IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-09-09 Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-09-09 Local time: 16:30 Place:Electronic — tenders submitted via Proactis.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
Flintshire County Council (FCC) wishes to set-up 2 Framework Agreements for the completion of energy efficiency works throughout Wales. This notice relates to the provision of materials and merchant services; a separate notice has been published for the provision of works.
Over the life of the Agreement FCC reserve the right to access the full range of materials the successful suppliers and merchants can provide.
The resulting Framework Agreement will be capable of being used for works to properties owned or managed by any social housing provider and made also include energy efficiency works to privately owned properties. Social Housing Provider for this purpose means any provider of social housing and includes registered (housing) providers, local authorities, local government ALMOs, unitary authorities and 3rd sector organisations / registered charities. The Framework Agreement may also be used for works to other public sector and commercial buildings.
For the purpose of this procurement, the local authorities are identifiable by reference to the Welsh Local Government Association: and a full list of all current Registered Providers can be found at:
The framework can also be used by other Contracting Authorities in the Wales, including but not limited to educational establishments (including primary schools, secondary schools and universities) and NHS bodies.
Frameworks will be established with the successful suppliers for an initial term of 2 years with the option in year 2 to extend the framework for 2 further years. Applicants should note that, under the Framework, none of the contracting authorities that are entitled to use the Framework shall be under any obligation to do so and that the award of the Framework Agreement will not constitute any guarantee of work.
The Framework entered into will be managed by FCC and partners, either current or future, will be entitled to call-off individual contracts pursuant to the Framework Agreement. Any such contract will be held, managed and supervised by the individual partner organisation making the call-off. Those appointed may be required to trade directly with contractors appointed by FCC and partners.
This procurement exercise is being undertaken using an electronic procurement system.
Log in to the Proactis Plaza E-Sourcing Portal at: Note: Do not simply register interest on the Sell2Wales website or via this notice as there are no documents held there. The tender is only accessible through the Proactis Portal. Please see the additional documents section for further guidance.
FCC are hosting free ‘Meet the Buyer’ events for those who are interested in bidding for this opportunity. These events will be held as follows:
13:30, Wednesday, 17.8.2016 — Copthorne Hotel, Cardiff;
13:30, Thursday, 18.8.2016 — Media Resource Centre, Llandrindod Wells;
11:30, Monday, 22.8.2016 — Conwy Business Centre, Conwy.
Please note that the format and content of all events will be the same at each event. To book your place please contact Valueworks via email quoting VWCL1073: tenders.support@valueworks.co.uk
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales web site at:
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are detailed within the tender documentation.
(WA Ref:49511).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Flintshire County Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice:2016-08-08
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> >