Supply and Fit of Timber Windows – East Midlands
Efficiency East Midlands Ltd are looking to establish a new framework for the manufacture, supply and installation of timber windows.
United Kingdom-Nottingham: Windows
2016/S 176-315795
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Pure Offices, Lake View Drive, Sherwood Park
Nottingham
NG15 0DT
United Kingdom
Contact person: Rebecca Dermody
Telephone: +44 1623729946
E-mail: rebecca@eem.org.uk
NUTS code: UK
Internet address(es):Main address: www.efficiency-em.co.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Manufacture, Supply and Fit of Timber Windows.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Efficiency East Midlands Ltd (EEM) are looking to establish a new framework for the manufacture, supply and installation of timber windows. Due to the potential wide range of projects eligible to use the framework and differing requirements of our members, the Framework will be split into the following Lots:
— Lot 1 Manufacture and Supply Only;
— Lot 2 Manufacture, Supply and Installation.
In addition to the supply and install on potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use on projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced contractors and a streamlined procurement process for projects. A full description of the Lotting strategy is available in the tender documents. Works will be across a range of building types including tenanted and commercial properties.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Manufacture and Supply Only
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Efficiency East Midlands Ltd (EEM) has recently established a new framework for the sustainable refurbishment of domestic properties are looking to establish a further new framework for the manufacture and supply of timber windows, to compliment the new Framework and also support Members who have additional requirements for timber windows. Works will be across a range of property types including domestic and commercial. Whilst the majority of our members have programmes for the replacement of windows via UPVC, a number of individual projects or specific building may require more specialised timber windows. The works will include:
— Surveys and development of specification;
— Manufacture of double glazed timber windows to specification;
— Any works associated with the above.
In addition to the supply and install on potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use by the HLF for future projects and projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced contractors and a streamlined procurement process for projects. This Framework is being set up to support EEM Members (Contracting Authorities) refurbish, maintain and repair properties within their housing stock which may include properties that fall into the category of buildings of a particular historical or architectural interest. This may include domestic properties, commercial properties or any other building owned, maintained or with a particular link or interest to the Contracting Authority.
For Lot 1 Supply Only, the 1st contract to be called off from the framework will be on behalf of Bolsover District Council. The basis of the framework specification and pricing schedules have all been based around this actual project. It is expected that Bolsover District Council will call off from the framework by direct selection, in-line with the rules set out in the EEM Framework Agreement. The call-off contract will involve the manufacture and supply of approximately 1 389 timber windows to an already agreed specification.
Manufacturers are able to tender for any number of lots. However please consider the resources you have available and the core strength of your business and only apply for Lots that you are able to provide the required service levels. Consideration should be given to the eventuality that you may secure a place on both lots.
EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators.
The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 2 years beyond expiry of the 4 year term.
Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.
II.2.5)Award criteria
II.2.6)Estimated value
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
II.2.13)Information about European Union funds
II.2.1)Title:
Manufacture, Supply and Installation of Timber Windows
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Efficiency East Midlands Ltd (EEM) has recently established a new framework for the sustainable refurbishment of domestic properties are looking to establish a further new framework for the manufacture and installation of timber windows, to compliment the new Framework and also support Members who have additional requirements for timber windows. Whilst the majority of our members have programmes for the replacement of windows via UPVC, a number of individual projects or specific building may require more specialised timber windows. The works will include:
— Surveys and development of specification;
— Manufacture of double glazed timber windows to specification;
— Installation of double glazed timber windows;
— Any works associated with the above.
In addition to the supply for potential new build developments and refurbishment projects, it is envisaged that the Framework will be available for use for future projects in receipt of HLF funding. EEM have the full backing of the HLF in setting up this framework and creating an opportunity for future projects that will provide value for money, experienced Manufacturers and a streamlined procurement process for projects. This Framework is being set up to support EEM Members (Contracting Authorities) and their Contractors refurbish, maintain and repair properties within their housing stock which may include properties that fall into the category of buildings of a particular historical or architectural interest. This may include domestic properties, commercial properties or any other building owned, maintained or with a particular link or interest to the Contracting Authority. Therefore, Manufacturers/Installers must have an awareness of working within the requirements of a HLF funded scheme and experience of manufacturing windows to meet the requirements of the Conservation Officer and Architects.
EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators. The call-off contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 2 years beyond expiry of the 4 year term.
Please note that the total potential value stated in II.2.6) is for the full 4 year framework and takes into consideration that EEM membership may grow over the life of the framework.
II.2.5)Award criteria
II.2.6)Estimated value
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
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This Contract Notice has been published by Efficiency East Midlands Limited (EEM) on behalf of their members and the other organisations described below as being Authorised Users. EEM is incorporated as a company limited by guarantee. The Framework Agreement being procured by the procurement exercise begun by publication of this Contract Notice will be entered into by EEM as the Contracting Authority. Any reference in this Contract Notice to Contracting Authority is deemed to be and include a reference to EEM.
The current members of EEM are available at: www.efficiency-em.co.uk All of the current members are to be regarded as Contracting Authorities under the Public Contracts Regulations 2015 for the purpose of the procurement exercise begun by publication of this Contract Notice and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise.
The Authorised Users of the Framework Agreements and entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise are:
1. Any current EEM Member — being an organisation which is a member of EEM at the date of this Contract Notice and being 1 of the organisations identified at:www.efficiency-em.co.uk and;
2. Any Future Member of EEM — being an organisation which has applied to join and has joined EEM as a member in accordance with the constitutional documents and in respect of which such organization notice has been given to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise that such organization is an Authorised User;
3. An EEM Participant — being an organisation based within England or Wales which is neither a current EEM Member nor a Future Member of EEM but in all cases is a contracting authority under the Public Contracts Regulations 2015 and which owns and/or maintains/manages housing stock in 1 or more geographic area in which it operates and is a local authority, i.e. a County, Metropolitan (City), District or Borough Council or a Unitary Authority in England or Wales or is an Arm’s Length Management Organisation (ALMO) or any statutory replacement or successor organization managed by such local authority under a management agreement under section 27 of the Housing Act 1985 (or subsequent legislation) or is a provider of social housing registered as a registered provider with the Homes and Communities Agency or as a registered social landlord with the Welsh Ministers or (in the case of EEM) is an NHS Trust (which includes Acute Trusts, Mental Trusts, Care Services Trusts and Ambulance Trusts) or organisation, police authority, fire authority, ambulance trust, university, higher education or further education college or other public sector organisation and in all cases in respect of any such contracting authority organisation notice has been given by EEM to the economic operators that are a party to the Framework Agreements awarded at conclusion of the procurement exercise being advertised by this Contract Notice that such organisation is an Authorised User of the Framework Agreements, EEM Participants may include consortia made up of organisations which would themselves individually be an EEM Participant and may include any special purpose vehicle (of whatever nature) owned and controlled by the consortia members and would include in those circumstances the individual consortia members of that special purpose vehicle that own and control that special purpose vehicle.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Windows./9W3MXA447V
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9W3MXA447V
GO Reference: GO-201698-PRO-8753271.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the Court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be ‘ineffective’.
VI.4.4)Service from which information about the review procedure may be obtained
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
United Kingdom
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice:
Related Posts
Swindon Council Replacement Windows and Doors Programme
Window and Door Replacement Programme London
Energy Efficiency Works in Wales
Replacement Glazing Services Worcestershire