By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Adaptations plus- framework for adaptations (construction and fixed housing equipment) in Cambridgeshire.

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:

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:

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:

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:

I.2)Type of the contracting authority
Body governed by public law
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: 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)Description
II.1.1)Title attributed to the contract by the contracting authority:
Adaptations plus- framework for adaptations (construction and fixed housing equipment) in Cambridgeshire.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
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)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
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)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
Lot 1
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
Options: yes
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
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

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
See tender documents.
2)Common procurement vocabulary (CPV)

45000000, 44000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Estimated annual value for this lot is approximately 850 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 3 Lot title: Electrical Works: Rewires
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

31000000, 42000000, 44000000, 45000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 8 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 4 Lot title: Heating:- New Boilers, Replacement Heating Systems, Insulation
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

42000000, 45000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 52 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 5 Lot title: Re-roofing, Rainwater goods,
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

45000000, 44000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 25 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 6 Lot title: Stairlifts, Steplifts, Through floor lifts
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

44000000, 42416000, 45000000, 50000000, 51000000, 44115600

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 400 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 7 Lot title: Hoists
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

44000000, 45000000, 42000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 72 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 8 Lot title: Specialist Toilets (WC's)
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

39000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 32 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 9 Lot title: Door Entry
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

45000000, 44000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 67 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 1 Lot title: Level Access Showers, Overbath Showers, Internal Adaptations (Bedroom and Kitchen), Door Widening, Ramps
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

45000000, 44000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 2 400 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.
Lot No: 10 Lot title: Ramps
1)Short description
See tender documents.
2)Common procurement vocabulary (CPV)

34953000, 45000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 0 (from the award of the contract)
5)Additional information about lots
Estimated annual value for this lot is approximately 205 000 GBP per year, however this figure may fluctuate depending on demand and availability of funding.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As per the issued documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the issued documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per the issued documentation.
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
Information and formalities necessary for evaluating if the requirements are met: As per the issued documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the issued documentation.
Minimum level(s) of standards possibly required: As per the issued documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the issued documentation.
Minimum level(s) of standards possibly required:
As per the issued documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
DN119642
IV.3.2)Previous publication(s) concerning the same contract
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: 30.8.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.8.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: LGSS Procurement will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the Contract is entered into. Such additional information should be requested from (refer to address in part I.1). If an appeal regarding the award of Contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a Contract has not been entered into the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the Contract has been entered into the Court may order the ineffectiveness of a Contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.7.2016