Supply and Installation of Aluminium Windows and Doors
Framework Agreement for the Design, Measure, Supply and Installation of Aluminium Windows, Doors and Curtain Walling.
United Kingdom-Durham: Windows, doors and related items
2015/S 037-062433
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
Contact point(s): http://www.nepoportal.org to log on and access the PQQ documents reference 9TLJ-6QBWVN
For the attention of: Kay Duthie
DH1 5UL Durham
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
Electronic access to information: http://www.nepoportal.org
Electronic submission of tenders and requests to participate: http://www.nepoportal.org
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
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
Main site or location of works, place of delivery or of performance: Main site or location of works, place of delivery or of performance: To include locations throughout the County of Durham. The Framework will also be made available to all Durham County Council Service Groupings, Durham and Darlington Fire and Rescue, Durham Constabulary, and Schools and Academies within County Durham, and Sunderland City Council.
NUTS code UKC14,UKC23
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: 4
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 4 000 000 and 6 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
44221000, 45421100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Further details will be set out in the tender documents, if relevant.
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: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
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: 1. Public Liability — GBP 5 000 000;
2. Employers Liability — GBP 10 000 000;
3. Professional Indemnity — GBP 1 000 000;
4. Motor Vehicle — third party cover required as a minimum.
III.2.3)Technical capacity
In accordance with Articles 48-50 of Directive 2004/18/EC and Regulation 25 of the Public Contract Regulations 2006 and as set out in the Pre Qualification Questionnaire (PQQ) available from the NEPO portal as detailed in section VI.3.
Minimum level(s) of standards possibly required:
Essential Criteria as outlined in the Pre-Qualification Questionnaire — PQQ with tender documents. Bidders must successfully pass parts A — E of the Pre-qualification Questionnaire in line with the evaluation criteria set out in the PQQ documents to have their responses to the Essential Criteria F assessed. Parts A – F of the Business Questionnaire include: grounds for exclusion, insurance, health and safety and equality and diversity and Essential Criteria. The Council intends to invite a maximum of 6 bidders to tender on condition that each of the 6 bidders pass Sections A-F and achieve a final minimum score of 60 % or more in Section G (Technical Questions).
Section IV: Procedure
IV.1.1)Type of procedure
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: As outlined in the Pre Qualification Questionnaire (PQQ).
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note this tender opportunity is being advertised on Durham County Councils E-tendering system.
Organisations can register electronically for the Pre Qualification Questionnaire (PQQ) documents via www.nepoportal.org
Please access this system and the Supplier area, select Durham and input 9TLJ-6QBWVN.
Please note that the PQQ documents will be available for you to download on this system.
It is envisaged that the number of operators invited to tender will be 6.
The Contract will be for an initial 2 years with an option to extend for a further 2 years.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: