Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Eastern Procurement Ltd
Postal address: The Old Granary, Grange Farm
Town: Ashwellthorpe
Postal code: NR16 1ET
Country: United Kingdom
Contact person: Procurement Manager
For the attention of: Mark Fisher
Telephone: +44 01508488244
Internet address(es):
General address of the contracting authority: http://eastern-procurement.co.uk
Address of the buyer profile: http://eastern-procurement.co.uk/portal/
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 authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: Current and Future Members of the Consortia as identified at eastern-procurement.co.uk
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
EPWD17 Planned Works: Windows, Doors and Roofline.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various properties owned or managed by members of Eastern Procurement, primarily in the East of England.
NUTS code UKE13 North and North East Lincolnshire,UKJ13 Buckinghamshire CC,UKF2 Leicestershire,UKH2 Bedfordshire and Hertfordshire,UKH3 Essex,UKH1 East Anglia,UK UNITED KINGDOM,UKF3 Lincolnshire
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 32 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The aim of the framework is to deliver a service which can conduct surveys, manufacture, deliver and install a range of windows, supply, deliver and fit exterior doors, Supply and fit a range of cladding and roofline products or any combination of these services e.g. Supply only.
It is anticipated that the contractor should be able to deliver the majority of these services in house however it is not unreasonable to expect aspects to be subcontracted e.g. scaffolding.
II.1.6)Common procurement vocabulary (CPV)44221100 Windows, 45421130 Installation of doors and windows, 44221200 Doors, 45421132 Installation of windows, 45421131 Installation of doors, 45421100 Installation of doors and windows and related components, 45421110 Installation of door and window frames, 45261320 Guttering work, 44221110 Window frames, 45261300 Flashing and guttering work, 45421112 Installation of window frames
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contract is for (part or all of) the services to Survey, Manufacture, Deliver, and Install Windows, Doors and Roofline Products to Social Housing Residences Primarily across the East of England.
Estimated value excluding VAT: 32 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: These services have the option to be extended for use by EP or partner consortia in other areas of the UK which would be let at a later point.
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No requirements at framework however guarantees may be required at further competition.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
Minimum level(s) of standards possibly required: As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
Minimum level(s) of standards possibly required:
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EPL - 2015 - 0019
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate30.6.2017
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 30.6.2017
Place:
Via eProcurement portal
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contract is designed for use by Members of Eastern Procurement, both current and future (see website) and other organisations of in the East of England.
There is also an option under the licence set up to licence this for EP and other buying consortia and their members to use this framework in areas outside the East of England.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 207947600
Body responsible for mediation procedures
Official name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 207947600
Internet address: http://www.cabinetoffice.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: WC2A 2LL
Telephone: +44 207947600
Internet address: http://www.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice:30.5.2017