Leicestershire County Council Windows Replacement Framework 2018
Replacement or upgrade to existing window installations and associated services to the Client’s own properties and to properties of Customers.
United Kingdom-Leicester: Construction work
2018/S 187-421646
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Glenfield
Leicester
LE3 8RA
United Kingdom
E-mail: commissioning.support@leics.gov.uk
NUTS code: UKF22
Address of the buyer profile: http://www.leicestershire.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Windows Replacement Framework 2018
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The scope of the Windows Replacement Framework 2018 (the Framework) is the replacement or upgrade to existing window installations and associated services to the Client’s own properties and to properties of Customers. The Customer work is to generate income for the Client so it may subsidise its public service commitments.
The framework is intended to be used by the Client or eligible contracting authorities (the Customers) that it grants access. The Customers can include but are not limited to schools, academies, district councils, county councils, city councils, libraries, police forces, fire brigades and charities or similar organisations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Client proposes to make this framework available to eligible Contracting Authorities and charities within the geographic regions of: the East Midlands (Leicestershire, Derbyshire, Lincolnshire, Northamptonshire, Nottinghamshire and Rutland), the West Midlands (Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire) Home Counties (Bedfordshire, Buckinghamshire, Hertfordshire and Oxfordshire), East Anglia (Cambridgeshire and Peterborough), South West England (Gloucestershire), Yorkshire and The Humber (South Yorkshire).
The Framework is intended to be used by the Client or eligible Contracting Authorities (the Customers) that it grants access. The Customers can include but are not limited to schools, academies, district councils, county councils, city councils, libraries, police forces, fire brigades and charities or similar organisations.
It is not possible to ascertain the precise value of any work which may be generated via the Client and customers. However, based on the financial year 17/18 was 800 000 GBP per annum. The framework value can increase depending on Customers uptake.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The anticipated framework commencement date is 2.1.2019 for an initial period of 24 months, with an option to extend for a further period of 24 months, in 12 months increments, subject to performance. This will take the maximum framework period to 48 months, ending no later than 31.12.2022.
II.2.13)Information about European Union funds
II.2.14)Additional information
To award the Work Order the Client can chose between:
a) direct call-off;
b) mini-competition.
The Client reserves the right not to award a work order if the Client feels the price does not represent value for money.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As stated within the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated within the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: