LGSS Building Adaptations Framework Cambridgeshire
The framework will be divided into the following 10 lots: Lot 1 — Level Access Showers, Overbath Showers, Internal Adaptations (Bedroom and Kitchen), Door Widening, Ramps. Lot 2 — Extensions, Garage Conversions, Dropped Kerbs/Hardstandings, Paths, Windows & Doors, Fencing, Structural repairs. Lot 3 — Electrical Works: Rewires.
United Kingdom-Cambridge: Construction work
2016/S 130-233167
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
LGSS Procurement on behalf of 3 District Councils in Cambridgeshire, including Cambs HIA
Shire Hall, Castle Hill
Contact point(s): https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm
For the attention of: Mr Jon Collyns
CB3 0AP Cambridge
United Kingdom
Telephone: +44 1223715353
E-mail: jon.collyns@cambridgeshire.gov.uk
Internet address(es):
General address of the contracting authority: https://www.cambshia.org/
Address of the buyer profile: http://www.cambridgeshire.gov.uk/info/20092/business_with_the_council/37/doing_business_with_the_council/2
Electronic access to information: https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm
Electronic submission of tenders and requests to participate: https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm
Further information can be obtained from: LGSS Procurement on behalf of 3 District Councils in Cambridgeshire, including Cambs HIA
Shire Hall, Castle Hill
Contact point(s): https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm
For the attention of: Mr Jon Collyns
CB3 0AP Cambridge
United Kingdom
Telephone: +44 1223715353
E-mail: jon.collyns@cambridgeshire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:LGSS Procurement on behalf of 3 District Councils in Cambridgeshire, including Cambs HIA
Shire Hall, Castle Hill
Contact point(s): https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm
For the attention of: Mr Jon Collyns
CB3 0AP Cambridge
United Kingdom
Telephone: +44 1223715353
E-mail: jon.collyns@cambridgeshire.gov.uk
Tenders or requests to participate must be sent to: LGSS Procurement on behalf of 3 District Councils in Cambridgeshire, including Cambs HIA
Shire Hall, Castle Hill
Contact point(s): https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm
For the attention of: Mr Jon Collyns
CB3 0AP Cambridge
United Kingdom
Telephone: +44 1223715353
E-mail: jon.collyns@cambridgeshire.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Cambridge City Council
The Guildhall, Market Hill
CB2 3QJ Cambridge
United Kingdom
South Cambridgeshire District Council
South Cambridgeshire Hall, Cambourne Business Park
CB23 6EA Cambourne
United Kingdom
Cambridgeshire Home Improvement Agency
South Cambridgeshire Hall, Cambourne Business Park
CB23 6EA Cambourne
United Kingdom
Huntingdonshire District Council
St Mary’s St,
PE29 3TN Huntingdon
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
Design and execution
Execution
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code
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: 50
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:
Range: between 16 000 000 and 20 000 000 GBP
Frequency and value of the contracts to be awarded: As outlined within tender documentation.
II.1.5)Short description of the contract or purchase(s)
LGSS Procurement on behalf of South Cambridgeshire District Council (https://www.scambs.gov.uk/) Cambridge City Council (https://www.cambridge.gov.uk/) and, for the purposes of the Cambridgeshire Home Improvement Agency (https://www.cambshia.org/), collectively together with Huntingdonshire District Council (https://www.huntingdonshire.gov.uk) wishes to invite Tenders for the supply of works in respect of Adaptations plus — a framework for adaptations (construction and fixed housing equipment) in Cambridgeshire.
The Authorities’ detailed requirements are defined in the Specification and associated documents, included as separate attachments within each relevant Lot template within the e-procurement system, to be found at https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm.
This framework is open to the Authorities named within this OJEU Notice, specifically South Cambridgeshire District Council and Cambridge City Council for their own respective purposes and, acting collectively together with Huntingdonshire District Council, for the purposes of their shared service, Cambridgeshire Home Improvement Agency.
This framework will also be accessed by South Cambridgeshire District Council for the purposes of its wholly owned private sector initiative known as ‘Ermine Street’. The portfolio they aim to build up is 500 properties, only properties owned by Ermine Street within the locality of this framework shall have the option to draw upon this framework. This potential value is included within the total values indicated within each lot.
This framework is for 3 years, with an option to extend for 1 further year, making 4 years in total.
The framework will be divided into the following 10 lots:
Lot 1 — Level Access Showers, Overbath Showers, Internal Adaptations (Bedroom and Kitchen), Door Widening, Ramps.
Lot 2 — Extensions, Garage Conversions, Dropped Kerbs/Hardstandings, Paths, Windows & Doors, Fencing, Structural repairs.
Lot 3 — Electrical Works: Rewires.
Lot 4 — Heating:- New Boilers, Replacement Heating Systems, Insulation.
Lot 5 — Re-roofing, Rainwater goods.
Lot 6 — Stairlifts, Steplifts, Through floor lifts.
Lot 7 — Hoists.
Lot 8 — Specialist Toilets (WC’s).
Lot — 9 -Door Entry.
Lot 10 — Ramps.
Estimated Annual Value (£) per lot is:
Lot 1 — 2 400 000
Lot 2 — 850 000
Lot 3 — 8 000
Lot 4 — 52 000
Lot 5 — 25 000
Lot 6 — 400 000
Lot 7 — 72 000
Lot 8 — 32 000
Lot 9 — 67 000
Lot 10 — 205 000
Geographical Sub Lots applicable to all lots:
—
Cambridge City
—
South Cambridgeshire
—
Huntingdonshire
Potential providers should note that when they access the information at https://www.lgssprocurementportal.co.uk/procontract/NBC/supplier.nsf/frm_home?ReadForm there is a mandatory template to be completed irrespective of which lot(s) the provider is bidding for. This contains general information applicable to all lots, including some pass/fail exclusion questions. The provider must complete this template, and then also complete as many of the Lot templates (1-10) as they are interested in tendering for.
Providers are also asked to note that right is reserved not to award some or all of the lots stated in this tender documentation.
It is anticipated that, other than through and by virtue of its participation in Cambridgeshire Housing Improvement Agency, Cambridge City Council will only access Lots 6-10. However the right is reserved throughout the term of the framework for Cambridge City Council to access further lots should the need arise.
II.1.6)Common procurement vocabulary (CPV)
45000000, 33190000, 34952000, 34953000, 39113000, 39141000, 39143113, 39143120, 39144000, 39220000, 42416000, 42418000, 44000000, 50000000,51000000
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:
Level Access Showers, Overbath Showers, Internal Adaptations (Bedroom and Kitchen), Door Widening, Ramps, Estimated Annual Value of 2 400 000
Lot 2
Extensions, Garage Conversions, Dropped Kerbs/Hard-standings, Paths, Windows & Doors, Fencing, Structural repairs, Estimated Annual Value of 850 000
Lot 3
Electrical Works: Rewires, Estimated Annual Value of 8 000
Lot 4
Heating:- New Boilers, Replacement Heating Systems, Insulation, Estimated Annual Value of 52 000
Lot 5
Re-roofing, Rainwater goods, Estimated Annual Value of 25 000
Lot 6
Stairlifts, Steplifts, Through floor lifts, Estimated Annual Value of 400 000
Lot 7
Hoists, Estimated Annual Value of 720 000
Lot 8
Specialist Toilets (WC’s), Estimated Annual Value of 32 000
Lot 9
Door Entry, Estimated Annual Value of 67 000
Lot 10 Ramps, Estimated Annual Value of 205 000.
II.2.2)Information about options
Description of these options: The framework agreement will be of an initial duration of 3 years with an option to extend by a further 1 year.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
Information about lots
Lot No: 2 Lot title: Extensions, Garage Conversions, Dropped Kerbs/Hard-standings, Paths, Windows and Doors, Fencing, Structural repairs
1)Short description
2)Common procurement vocabulary (CPV)
45000000, 44000000
5)Additional information about lots
Lot No: 3 Lot title: Electrical Works: Rewires
1)Short description
2)Common procurement vocabulary (CPV)
31000000, 42000000, 44000000, 45000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Heating:- New Boilers, Replacement Heating Systems, Insulation
1)Short description
2)Common procurement vocabulary (CPV)
42000000, 45000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Re-roofing, Rainwater goods,
1)Short description
2)Common procurement vocabulary (CPV)
45000000, 44000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Stairlifts, Steplifts, Through floor lifts
1)Short description
2)Common procurement vocabulary (CPV)
44000000, 42416000, 45000000, 50000000, 51000000, 44115600
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Hoists
1)Short description
2)Common procurement vocabulary (CPV)
44000000, 45000000, 42000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Specialist Toilets (WC’s)
1)Short description
2)Common procurement vocabulary (CPV)
39000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Door Entry
1)Short description
2)Common procurement vocabulary (CPV)
45000000, 44000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1 Lot title: Level Access Showers, Overbath Showers, Internal Adaptations (Bedroom and Kitchen), Door Widening, Ramps
1)Short description
2)Common procurement vocabulary (CPV)
45000000, 44000000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Ramps
1)Short description
2)Common procurement vocabulary (CPV)
34953000, 45000000
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per the issued documentation.
III.2.3)Technical capacity
As per the issued documentation.
Minimum level(s) of standards possibly required:
As per the issued documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
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.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Building Restoration Work – Hesketh Park Observatory
University of East London Building Works