Tender for Timber Window and Door Products
For Greater London councils and other public bodies.
UK-Uxbridge: Windows, doors and related items
2013/S 015-021081
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
LHC Building Components and Services
Royal House, 2-4 Vine Street
Contact point(s): The Director
For the attention of: Chris Powell
UB8 1QE Uxbridge
UNITED KINGDOM
Telephone: +44 1895274810
E-mail: tender.tw3@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
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)
Education
Other: Public sector framework tendering organisation
The contracting authority is purchasing on behalf of other contracting authorities: yes
Refer to Section II.1.2) for other contracting authorities
2-4 Vine Street
UB8 1QE Uxbridge
UNITED KINGDOM
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: Various extension and refurbishment projects for public bodies indicated below:
List of Public Bodies that may use this framework
The Framework Agreement will be open to public sector bodies in Greater London (but excluding Government Departments) and any statutory successors and organisations created, merged or absorbed as a result of re-organisation or organisational changes. This will include but not be limited to:
1) Local authorities in Greater London (i.e. a local authority as defined in Regulation 3(2) of the Public Contracts Regulations 2006 (“the Regulations”),
A list of local authorities in Greater London is available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
Barking and Dagenham, Barnet, Bexley, Brent, Bromley, Camden, City of London, Croydon, Ealing, Enfield, Greenwich, Hackney, Hammersmith and Fulham, Haringey, Harrow, Hillingdon, Havering, Islington, Hounslow, Lambeth, Lewisham, Merton, Newham, Redbridge, Richmond upon Thames, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, Southwark, Sutton, Tower Hamlets, Waltham Forest, Wandsworth, Westminster City Council
2) Greater London Authority Group.
including but not limited to Transport for London, London Fire and Emergency Planning Association, (London Fire Brigade), London Development Agency, Mayor’s Office for Policing and Crime, Royal Parks and any subsequent body included in the GLA group
3) Police and emergency services in Greater London.
(i.e. fire authorities, fire and rescue authorities, police authorities, and the Metropolitan Police Authority/Service as defined by Regulations 3 (1) (j) (k) (n) and (m) of “the Regulations”) and Ambulance Authority/Service.
4) Educational establishments in Greater London.
(e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, further education establishments; higher education establishments and other educational establishments).
http://www.studylondon.ac.uk/universities
5) All Registered Providers of Social Housing in Greater London.
including but not limited to Registered Providers of Social Housing (as defined in the Housing and Regeneration Act 2008), Tenant Management Organisations (TMOs) and their agents within the geographical area of Greater London including all Arms Length Management Organisations (ALMO’s) or any successor body of the 33 Local Authorities within Greater London.
6) NHS establishments in Greater London.
and Primary Care Trusts associated with the Local Authorities.
7) Trusts, Social Enterprises, Mutuals, and Community Interest Companies.
(i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation).
8) Other Public Sector Organisations.
London Waste Authorities, Local Government Association and The Electoral Commission.
NUTS code UKI
maximum number of participants to the framework agreement envisaged: 8
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 1 and 10 000 000 GBP
The supply and delivery service will be annotated as ‘Workstream 1′. The supply and installation service will be annotated as ‘Workstream 2′.
All interested companies will be required to demonstrate capability of manufacturing and/or supplying products for refurbishment or new-build public sector projects that conform to minimum specified standards of sustainability, manufacture, performance and security for installation by others or by the company.
44221000 – AB26 – DA03, 45421100 – AB26 – DA03, 45421130 – AB26 – DA03
Total quantity and scope depends on the number of companies appointed and the number of users who place orders through the framework. See II.1.4
Estimated value excluding VAT:
Range: between 1 and 10 000 000 GBP
Description of these options: The framework arrangement will be let for an initial 2 year period, and may be extended on a yearly basis following the second year of the agreement, subject to a maximum total duration of the framework of 4 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Key Performance Indicators will be shown in the tender documents and monitored during the arrangement.
Information and formalities necessary for evaluating if the requirements are met: Described in the Pre-Qualification Questionnaire, which is downloadable from LHC’s Buyer Profile www.lhc.gov.uk/24 in accordance with Article 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 as amended by Public Contracts Regulations (Amendment) 2009 and as set out in the Offer Document.
Information and formalities necessary for evaluating if the requirements are met: Described in the Pre-Qualification Questionnaire, which is downloadable from LHC’s Buyer Profile www.lhc.gov.uk/24 in accordance with Article 47 of Directive 2004/18/ EC and Regulations 24 of the Public Contracts Regulations 2006 as amended by Public Contracts Regulations (Amendment) 2009 and as set out in the Offer Document.
Minimum level(s) of standards possibly required: Companies applying should have a minimum level of net assets of GBP 100,000.00.
Described in the Pre-Qualification Questionnaire, which is downloadable from LHC’s Buyer Profile www.lhc.gov.uk/24 in accordance with Article 48 to 50 of Directive 2004/18/EC and Regulations 25 of the Public Contracts Regulations 2006 as amended by Public Contracts Regulations (Amendment) 2009 and as set out in the Offer Document.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the PQQ, which is downloadable from LHC’s Buyer Profile www.lhc.gov.uk/24All expressions of interest are required to be accompanied by a completed Pre-Qualification Questionnaire, which is downloadable at www.lhc.gov.uk/24 Expressions of interest not accompanied by completed Pre-Qualification Questionnaires will be rejected, and economic operators submitting unaccompanied expressions will not be considered.
Prior information notice
Notice number in the OJEU: 2012/S 238-391907 of 11.12.2012
Section VI: Complementary information
LHC considers that this framework 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, and the contract will be awarded on the basis of the most economically advantageous tender.
Economic Operators wishing to tender for this framework arrangement are required to complete and submit a Pre-Qualification Questionnaire, which is downloadable from LHC Buyer Profile www.lhc.gov.uk/24 . All expressions of interest are required to be accompanied by a completed Pre-Qualification Questionnaire. Expressions of interest not accompanied by a completed Pre-Qualification Questionnaires will be rejected, and economic operators submitting unaccompanied expressions of interest will not be considered.
Call-off projects.
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 participating bodies.
It is envisaged that the maximum number of operators will be four in each of the two workstreams in this London Lot.
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
VI.5)Date of dispatch of this notice:17.1.2013