Torus62 Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Dynamic Purchasing System for Property Refurbishment and Maintenance Sub-Contractor |
Notice type: | Contract Notice |
Authority: | Torus62 Ltd |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Torus Property Solutions is a prime contractor based in Merseyside, part of one of the largest housing groups in NW. We provide 3 core services across North West England and North Wales: planned repairs & maintenance, new build fit out, property development. During 17/18 TPS will turnover £5M with aspirations for continued growth. To enable sustained growth, we are seeking to expand our supply chain within these areas across the following Works/Services: - General building works - Aids and adaptations - Bathroom refurbishment - Electrical - External works - Flooring - Joinery - Kitchen installation - Painting and decorating - Plastering - Plumbing and heating - Roofing and roofline - Windows and doors installations We wish to engage on a local level with sole traders, businesses and organisation’s who will support our growth ambitions within the housing association, local authority, university, school, student accommodation and property development sectors. |
Published: | 11/07/2017 23:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Torus 62 Commercial Services Ltd
4 Corporation Street, St Helen's, WA9 1LD, United Kingdom
Email: rachel.willacy@wearetorus.co.uk
Contact: Rachel Willacy
Main Address: www.toruspropertysolutions.co.uk/
NUTS Code: UKD
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-St-Helen%27s:-Building-construction-work./948VHJZ4T9
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Dynamic Purchasing System for Property Refurbishment and Maintenance Sub-Contractor
Reference Number: 260257658
II.1.2) Main CPV Code:
45210000 - Building construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Torus Property Solutions is a prime contractor based in Merseyside, part of one of the largest housing groups in NW. We provide 3 core services across North West England and North Wales: planned repairs & maintenance, new build fit out, property development.
During 17/18 TPS will turnover £5M with aspirations for continued growth. To enable sustained growth, we are seeking to expand our supply chain within these areas across the following Works/Services:
- General building works
- Aids and adaptations
- Bathroom refurbishment
- Electrical
- External works
- Flooring
- Joinery
- Kitchen installation
- Painting and decorating
- Plastering
- Plumbing and heating
- Roofing and roofline
- Windows and doors installations
We wish to engage on a local level with sole traders, businesses and organisation’s who will support our growth ambitions within the housing association, local authority, university, school, student accommodation and property development sectors.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Torus Property Solutions are a building maintenance contractor offering an extensive and comprehensive range of specialist services designed to maintain, improve and extend the life of properties.
A prime contractor based in Merseyside, we provide 3 core services across North West England and North Wales:
•Planned Repairs and maintenance: whole property refurbishment and component replacement schemes e.g. bathrooms, kitchens, windows and doors, aid and adaptations, external works including external wall insulation, internal and external painting
•New Build fit out - 2nd fix plumbing and joinery, decorating, plastering, dry lining, wall tiling, floor finishes
•Property Development
Type of clients
•Housing associations and Local Authorities
•University’s/schools
•Student Accommodation providers
•Property Developers/Main Contractors (for new build fit out)
Torus has a strong reputation as a reliable and trustworthy company, at Torus Property Solutions we intend to protect and further enhance the Torus reputation across North West England and North Wales by using our experience and knowledge to deliver successful schemes on behalf of our clients and working in partnership to identify efficiencies and add value through social value initiatives.
To achieve this we expect our supply chain to provide a reliable, professional and high quality service, and when problems do occur work in partnership to proactively identify and implement solutions. Our aim is to grow our business and would like our sub-contractors to join us on this journey.
To enable sustained growth, we are seeking to expand our existing supply chain within the North West and North Wales across the following range of Works/Services. We wish to engage on a local level with sole traders, businesses and organisation’s who will support our growth ambitions.
We wish to establish a Dynamic Purchasing System with multiple providers which will help to create an environment which encourages fair competition, allowing suppliers to join at any time and choose whether to compete for all or any of the projects under the DPS.
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: 20,000,000
Currency: 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
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/08/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Helen%27s:-Building-construction-work./948VHJZ4T9
To respond to this opportunity, please visit:
https://www.delta-esourcing.com/respond/948VHJZ4T9
Delta eSourcing Access Code: 948VHJZ4T9
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Helen%27s:-Building-construction-work./948VHJZ4T9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/948VHJZ4T9
VI.4) Procedures for review
VI.4.1) Review body:
Torus62 Ltd
4 Corporation Street, St Helen's, WA9 1LD, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Torus62 Ltd
4 Corporation Street, St Helen's, WA9 1LD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Torus62 Ltd
4 Corporation Street, St Helen's, WA9 1LD, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 11/07/2017
Annex A