CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Eastern Procurement Ltd |
The Old Granary, Grange Farm |
Ashwellthorpe |
NR16 1ET |
UK |
Procurement Manager
Mark Fisher |
+44 01508488244 |
|
|
http://eastern-procurement.co.uk
http://eastern-procurement.co.uk/portal/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes 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 authorityEPWD17 Planned Works: Windows, Doors and Roofline. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Various properties owned or managed by members of Eastern Procurement, primarily in the East of England.
UKE13 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged8 |
|
Duration of the framework agreement48 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement32 000 000GBP |
|
Frequency and value of the contracts to be awarded |
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe 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. |
|
32 000 000 GBP |
II.2.2)
|
OptionsThese 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. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion48 |
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 Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
|
III.2.2)
|
Economic and financial capacity
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
|
III.2.3)
|
Technical capacity
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
As per minimum criteria questionnaire in ITT documents (based on CCS SQ).
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
EPL - 2015 - 0019
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 30-06-2017 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 6
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
30-6-2017 Via eProcurement portal
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community 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 procedures
Royal Courts of Justice |
The Strand |
London |
WC2A 2LL |
UK |
|
+44 207947600 |
|
|
|
|
Body responsible for mediation procedures
Cabinet Office |
70 Whitehall |
London |
WC2A 2LL |
UK |
|
+44 207947600 |
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 obtained
Cabinet Office |
70 Whitehall |
London |
WC2A 2LL |
|
|
+44 207947600 |
http://www.cabinetoffice.gov.uk |
|
|
VI.5)
|
Dispatch date of this Notice 30-05-2017 |