The City of Lincoln Council Housing Planned Maintenance Partnering Contract
The City of Lincoln Council is looking to procure a new partnering contract, appointing one successful partner to undertake the programme of investment improvement works for the next 5 to 10 years.
UK-Lincoln: housing services
2012/S 81-132658
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The City of Lincoln Council
City Hall, Beaumont Fee
Contact point(s): Kevin Bowring
LN1 1DD Lincoln
UNITED KINGDOM
E-mail: procurement@lincoln.gov.uk
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
Regional or local authority
I.3)Main activity
General public services
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: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The City of Lincoln Council Housing Planned Maintenance Partnering Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
NUTS code UKF3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Housing services. Overhaul and refurbishment work. Refurbishment work. Structural works. Installation of door and window frames. Installation of window frames. Windows, doors and related items. Doors. Bathrooms construction work. Roof insulation work. Insulation work. Thermal insulation work. Building extension work. Electrical installation work. Electrical wiring and fitting work. Electrical wiring work. Electrical fitting work. Erection of fencing. Laying of paving. Painting work. Painting work of buildings. Repainting work. Interior decorating services. Asbestos removal services. The City of Lincoln Council is looking to procure a new partnering contract, appointing one successful partner to undertake the programme of investment improvement works for the next 5 to 10 years.
II.1.6)Common procurement vocabulary (CPV)
70333000, 45453000, 45453100, 45223200, 45421110, 45421112, 44221000, 44221200, 45211310, 45261410, 45320000, 45321000, 45262800, 45310000, 45311000, 45311100, 45311200, 45342000, 45432112, 45442100, 45442110, 45442180, 79931000, 90650000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The City of Lincoln Council programmed a range of investment works for their 7927 housing stock. In the scope of this contract will be: kitchens, bathrooms, roofing, chimneys, structural works, window and door replacement, insulation both loft and cavity wall, decent homes modernisation, disabled adaptations, rewiring and electricals, environmental improvements, pre-paint repairs and decorating.
Estimated value excluding VAT:
Range: between 50 000 000 and 90 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PL11029
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2012/S 45-073320 of 6.3.2012
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 7.6.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.6.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.7.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 10 years
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 237V3JYS8R. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 8.6.2012 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta eSourcing eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com. GO Reference: GO-2012423-PRO-3874933.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.4.2012