Roofing Services Wales
Pitched Roofing And Associated Products Framework – Wales.
United Kingdom-Uxbridge: Roof works and other special trade construction works
2016/S 028-044647
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
LHC
Royal House, 2-4 Vine Street
Contact point(s): LHC
For the attention of: Richard Wilby
UB8 1QE Uxbridge
UNITED KINGDOM
Telephone: +44 1895274800
E-mail: mail@lhc.gov.uk
Internet address(es):
General address of the contracting authority: http://www.lhc.gov.uk
Address of the buyer profile: http://www.lhc.gov.uk/24
Electronic access to information: http://tenders.lhc.gov.uk
Electronic submission of tenders and requests to participate: http://tenders.lhc.gov.uk
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 authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
LHC
Royal House, 2-4 Vine Street
UB8 1QE Uxbridge
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Various projects for local authorities, education authorities, further education authorities, academies, police authorities, fire authorities, public health authorities, tenant management organisations, registered providers of social housing and other public sector bodies as listed on LHC’s Buyer Profile at: www.lhc.gov.uk/24
NUTS code UKL
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 30
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 13 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The arrangement will be awarded under 2 value bands:
SME’s are encouraged to tender for the lower value band (Project value: 5 000 GBP — 250 000 GBP) in 1 or 2 adjoining regional lots.
Larger organisations are encouraged to tender for the higher value band (Project value: 250 000 GBP +) in 1 or more regional lots.
It is envisaged that up to 5 companies will be appointed to each value band in each regional lot.
II.1.6)Common procurement vocabulary (CPV)
45260000, 44112500, 45261910, 50000000, 45261900, 45261211, 44000000, 45000000, 45261213, 45261920, 45261212
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The arrangement will be based on a four (4)year term with a break clause for review after second and third agreement.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: PR3 — Pitched Roofing And Associated Products Framework — Lot LN (North Wales)
1)Short description
The arrangement will be awarded under 2 value bands:
SME’s are encouraged to tender for the lower value band (Project value: 5 000 GBP — 250 000 GBP) in 1 or 2 adjoining regional lots.
Larger organisations are encouraged to tender for the higher value band (Project value: 250 000 GBP +) in 1 or more regional lots.
It is envisaged that up to 5 companies will be appointed to each value band in each regional lot.
2)Common procurement vocabulary (CPV)
45260000, 44112500, 45261910, 50000000, 45261900, 45261211, 44000000, 45000000, 45261213, 45261920, 45261212
3)Quantity or scope
Estimated value excluding VAT: 6 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: PR3 — Pitched Roofing And Associated Products Framework — Lot LM (Mid Wales)
1)Short description
The arrangement will be awarded under 2 value bands:
SME’s are encouraged to tender for the lower value band (Project value: 5 000 GBP — 250 000 GBP) in 1 or 2 adjoining regional lots.
Larger organisations are encouraged to tender for the higher value band (Project value: 250 000 GBP +) in 1 or more regional lots.
It is envisaged that up to 5 companies will be appointed to each value band in each regional lot.
2)Common procurement vocabulary (CPV)
45260000, 44112500, 45261910, 50000000, 45261900, 45261211, 44000000, 45000000, 45261213, 45261920, 45261212
3)Quantity or scope
Estimated value excluding VAT: 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: PR3 — Pitched Roofing And Associated Products Framework — Lot LS (South Wales)
1)Short description
The arrangement will be awarded under 2 value bands:
SME’s are encouraged to tender for the lower value band (Project value: 5 000 GBP — 250 000 GBP) in 1 or 2 adjoining regional lots.
Larger organisations are encouraged to tender for the higher value band (Project value: 250 000 GBP +) in 1 or more regional lots.
It is envisaged that up to 5 companies will be appointed to each value band in each regional lot.
2)Common procurement vocabulary (CPV)
45260000, 44112500, 45261910, 50000000, 45261900, 45261211, 44000000, 45000000, 45261213, 45261920, 45261212
3)Quantity or scope
Estimated value excluding VAT: 6 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
Description of particular conditions: Description of particular conditions: Key Performance Indicators will be shown in the tender documents and monitored during the arrangement.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Described in the ITT and
Offer Document, which is downloadable from LHC’s eTendering portal http://tenders.lhc.gov.uk/ in accordance
with Regulations 57 to 60 of the Public Contracts Regulations 2015 and as set out in the Offer Document.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Described in the ITT and Offer Document, which is downloadable from LHC’s eTendering Portal at tenders.lhc.gov.uk in accordance with Regulations 58 top 60 of the Public Contracts Regulations 2015 and as set out in the Offer Document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 50
2. Quality. Weighting 40
3. Sustainability. Weighting 10
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Other: English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
LHC is purchasing on behalf of other contracting authorities — refer to www.lhc.gov.uk/Tendering-for-LHCFrameworks/ Buyer-Profile/ for other contracting authorities. Economic Operators wishing to tender for this framework arrangement are required to complete and submit an ITT and Offer Document, which is downloadable from LHC’s eTendering Portal https://tenders.lhc.gov.uk.All expressions of interest are required to be accompanied by a completed ITT and Offer Document. Expressions of interest not accompanied by a completed ITT and Offer Document will be rejected, and economic operators submitting unaccompanied expressions of interest will not be considered.
Call-off projects may be subject to mini tenders or competition between companies appointed to the arrangement and LHC may introduce secondary tendering processes including electronic processes for call off projects on behalf of customers.
If insufficient tenders are received for any individual lot that would prevent sufficient companies being appointed to allow a client to run a mini competition when calling off a project, then LHC reserves the right to offer companies who have tendered bids for the same value band in adjacent regions to also have their bid evaluated for regional lots with insufficient tenders, and in that instance any limitation on the number of lots a tenderer can bid for shall be waived, and the invited company will be required to nominate Price Schedules and Tables already tendered for another region to be adopted and evaluated in relation to the additional region. Thereafter standard evaluation and award procedures shall apply.
If there is no appointed company for the contract value or region in respect of the client’s requirements then at call off the client has the option to open the mini competition to and contract with companies appointed to either a similar contract value in an adjacent regional lot or companies appointed to a higher or lower contract value in the same regional lot.
VI.4.1)Body responsible for appeal procedures
LHC
Royal House, 2-4 Vine Street
UB8 1QE Uxbridge
UNITED KINGDOM
E-mail: mail@lhc.gov.uk
Telephone: +44 1895274800
Internet address: http://www.lhc.gov.uk
Body responsible for mediation procedures
LHC
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
LHC
VI.5)Date of dispatch of this notice: