Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The concrete and repairs to balconies, walkways and renewal of balcony rainwater system at Banbury Road
Reference number: DN333182
II.1.2)Main CPV code45000000
II.1.3)Type of contractServices
II.1.4)Short description:
This Contract is for the repairs and decoration to balconies, walkways and rainwater system at Banbury Road flats as detailed in the Contract Terms and Conditions and the Specification contained within the Invitation to Tender. Tenderers will be required to attend independent site visits in order to fully price the Tender.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKJ14
II.2.4)Description of the procurement:
This Contract is for the repairs and decoration to balconies, walkways and rainwater system at Banbury Road flats as detailed in the Contract Terms and Conditions and the Specification contained within the Invitation to Tender. Tenderers will be required to attend independent site visits in order to fully price the Tender.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical Capacity, Expertise and Experience – Company, on site Management and Operatives / Weighting: 15
Quality criterion - Name: Case studies x 2 / Weighting: 10
Quality criterion - Name: Timeline / Weighting: 5
Quality criterion - Name: Provide a full and appropriate: RAMS; CPP and risk matrix / Weighting: 15
Quality criterion - Name: Demonstrate, using examples and qualifications, your ability to conform to CDM 2015 and H&S regulations, particularly working at height and scaffolding regs / Weighting: 15
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 24/05/2018
End: 23/05/2019
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 08/05/2018
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tendersDate: 08/05/2018
Local time: 16:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOxford City Council
Oxford
United Kingdom
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:06/04/2018