Specialist minor works - Portsmouth & surrounding area framework agreement - 2012.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Portsmouth City Council
Procurement Service, Floor 5 Core 1, Civic Office, Guildhall Square
For the attention of: Procurement Service
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail:

Internet address(es):

General address of the contracting authority: http://www.portsmouth.gov.uk/procurement/index.html

Further information can be obtained from: Portsmouth City Council
Procurement Service Floor 5 Core 1, Civic Offices Guildhall Square
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail:
Internet address: https://in-tendhost.co.uk/portsmouthcc/aspx/Home

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procurement Service
Procurement Service Floor 5 Core 1, Civic Offices Guildhall Square
PO1 2BJ Portsmouth
UNITED KINGDOM
E-mail:
Internet address: http://in-tendhost.co.uk/portsmouthcc

Tenders or requests to participate must be sent to: Portsmouth City Council
Procurement Service Floor 5 Core 1, Civic Offices Guildhall Square
PO1 2BJ Portsmouth
UNITED KINGDOM
E-mail:
Internet address: http://in-tendhost.co.uk/portsmouthcc/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Gosport Borough Council
Town Hall, High Street
PO12 1EB Gosport
UNITED KINGDOM

Havant Borough Council
Civic Centre Road
PO9 2AX Havant
UNITED KINGDOM

East Hampshire District Council
Penns Place
GU31 4EX Petersfield
UNITED KINGDOM

NHS Portsmouth - trading as Solent Supplies Team (and its successors in title)
Unit 18, Solent Industrial Estate
SO30 2FY Southampton
UNITED KINGDOM

Portsmouth Hospitals NHS Trust - trading as Solent Supplies Team (and its successors in title)
Unit 18, Solent Industrial Estate
SO30 2FY Southampton
UNITED KINGDOM

Fareham Borough Council
Civic Way
PO7 8JU Fareham
UNITED KINGDOM

University of Portsmouth
University House, Winston Churchill Avenue
PO1 2UP Portsmouth
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Specialist minor works - Portsmouth & surrounding area framework agreement - 2012.
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 UKJ3

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: 88

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 36 000 000,00 and 52 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Portsmouth City Council (PCC) is leading on the set up of a sub-regional framework agreement for specialist minor works covering the following lots:
1. Metal railings & fencing;
2. Decoration;
3. Structural works;
4. Composite Doors & PVCu windows;
5. Pitched roofing;
6. Flat roofing;
7. General building work;
8. Demolition & ground works;
9. Aluminium doors & windows;
10. Photovoltaic (PV) solar panels.
PCC is working to a target date of 25.6.2012 for the letting of all framework lots. The agreement will run for 4 years and will be available for members of the Portsmouth Regional Procurement Partnership (PRPP) plus East Hampshire District Council (EHDC) to let call off contracts from. Schools which fall outside of Portsmouth City Council's boundaries will not be covered by the arrangements.
No guarantees regarding the value of work let via the agreement can be provided. It is estimated that the value of works may range from 9 000 000 GBP to 13 000 000 GBP per year, dependent upon requirements and take up from the public bodies referred to within this notice. The lesser value of 9 000 000 GBP is based upon PCCs estimated requirements whilst the higher value of 13 000 000 GBP is based upon the estimated requirements of PCC plus those of the other public bodies who will be able to access the agreement.
Individual works contract values may range from 5 000 GBP to 150 000 GBP although on occasions contract values may exceed 150 000 GBP for larger scale requirements, which could be worth up to 500 000 GBP.

Contractors may enter bids for 1 lot, all 10 lots or any combination of lots for which they are able to satisfy the stated minimum requirements. The minimum requirements for each of the lots are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

The PRPP is made up of the following members:
- Portsmouth City Council,
- Havant Borough Council,
- Fareham Borough Council,
- Gosport Borough Council,
- University of Portsmouth,
- NHS Portsmouth - trading as Solent supplies team (and its successors in title),
- Portsmouth Hospitals NHS Trust - trading as Solent Supplies Team (and its successors in title).
II.1.6)Common procurement vocabulary (CPV)

45000000

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:
Against each of the lot descriptions, the lesser value of works quoted is based upon PCCs estimated requirements whilst the higher value is based upon the estimated requirements of PCC plus those of the other public bodies who will be able to access the agreement once operational.
1. Metal railings & fencing - approximately 650 000 GBP - 760 000 GBP per year.
- To include the fabrication and installation of new metal fencing and railings and the refurbishment of existing. To include galvanised or powder coated metal fencing and railings, and the powder coating of existing metal fencing.
2. Decoration - approximately 800 000 GBP - 2 000 000 GBP per year.
- To include external and internal decorations to a range of properties belonging to the client(s), including associated repairs.
3. Structural Works - approximately 670 000 GBP - 1 200 000 GBP per year.
- To include brickwork and masonry repairs, structural strengthening works, sub-structure and foundation remedial works and installation of helifix bars, concrete repairs including protective coatings and associated works.
4. Composite doors & PVCu windows - approximately 1 800 000 GBP - 2 200 000 GBP per year.
- To include supply and installation of composite doors and PVCu glazed windows.
5. Pitched Roofing - approximately 1 100 000 GBP - 1 300 000 GBP per year
- To include repair and replacement of slate, clay or concrete covered tiled pitched roofs, profiled metal sheet roofing and associated works including replacement of insulation, installation of insulation, rainwater goods, flashings at abutments with walls, fascias and soffits.
6. Flat Roofing - approximately 700 000 GBP - 1 100 000 GBP per year.
- To include replacement built-up felt, asphalt flat and liquid membrane and sheet roof coverings and associated works including replacement of insulation, installation of insulation, rainwater goods, apron flashings at abutments with walls, fascias and soffits. May also include replacement of asphalt walkways or balconies and associated works.
7. General building work - approximately 1 400 000 GBP - 1 600 000 GBP per year.
- To include the construction of low and medium rise traditionally constructed domestic and commercial extensions, plant and boiler rooms, school classrooms etc, together with all associated mechanical & electrical installations.
8. Demolition & ground works - approximately 600 000 GBP - 900 000 GBP per year.
- Demolition works to include asbestos removals, service disconnections and oversite clearance. Ground works may also include major repair and replacement of underground drainage and service ducts and hard landscaping including brick paviors and concrete flag paving, concrete paths, tarmac, specialist safety surfaces and all associated works.
9. Aluminium doors & windows - approximately 700 000 GBP - 920 000 GBP per year.
- To include supply, installation and replacement of aluminium doors, windows and screens.
10. Photovoltaic (PV) solar panels - approximately 550 000 GBP to 950 000 GBP per year.
- To include the design, supply and installation of photovoltaic (pv) and solar thermal panels to flat or pitched roofs and associated works including structural engineer calculations.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Metal Railings & Fencing
1)Short description
Metal Railings & Fencing - approximately 650 000 GBP - 760 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45340000, 45341000, 45342000

3)Quantity or scope
- To include the fabrication and installation of new metal fencing and railings and the refurbishment of existing. To include galvanised or powder coated metal fencing and railings, and the powder coating of existing metal fencing.
Estimated value excluding VAT:
Range: between 2 600 000,00 and 3 040 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for metal railings & fencing. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 2 Lot title: Decoration
1)Short description
Decoration - approximately 800 000 GBP - 2 000 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45451000, 45453100

3)Quantity or scope
- To include external and internal decorations to a range of properties belonging to the client(s), including associated repairs.
Estimated value excluding VAT:
Range: between 3 200 000,00 and 8 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 8 contractors and a maximum of 12 contractors will be appointed a place on the framework lot for decoration. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed the quality criteria in order to be appointed onto the framework lot.
Where more than 12 tenderers achieve a score of 70 % overall and a score of over 50 % of the 30 % weighting attributed to the quality criteria, the top ranked maximum number of tenderers will be appointed. In the event that one or more tenderers achieve the same score as the tenderer ranked 12th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 8 contractors will be appointed on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 3 Lot title: Structural works
1)Short description
Structural works - approximately 670 000 GBP - 1 200 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45223200, 45262210, 45262211, 45262330, 45262370, 45262500, 45262520, 45262522

3)Quantity or scope
- To include brickwork and masonry repairs, structural strengthening works, sub-structure and foundation remedial works and installation of helifix bars, concrete repairs including protective coatings and associated works.
Estimated value excluding VAT:
Range: between 2 680 000,00 and 4 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for structural works. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 4 Lot title: Composite doors & PVCu Windows
1)Short description
Composite doors & PVCu Windows - approximately 1 800 000 GBP - 2 200 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45421110, 45441000, 45421130, 45421131, 45421132

3)Quantity or scope
- To include supply and installation of composite doors and PVCu glazed windows.
Estimated value excluding VAT:
Range: between 7 200 000,00 and 8 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for composite doors & PVCu windows. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 5 Lot title: Pitched roofing
1)Short description
Pitched roofing - approximately 1 100 000 GBP - 1 300 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45261000, 45261100, 45261200, 45261210, 45261211, 45261212, 45261213, 45261214, 45261220, 45261221, 45261222, 45261310, 45261410, 45261900, 45261910, 45261420, 45261920

3)Quantity or scope
- To include repair and replacement of slate, clay or concrete covered tiled pitched roofs, profiled metal sheet roofing and associated works including replacement of insulation, installation of insulation, rainwater goods, flashings at abutments with walls, fascias and soffits.
Estimated value excluding VAT:
Range: between 4 400 000,00 and 5 200 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for pitched roofing. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 6 Lot title: Flat roofing
1)Short description
Flat roofing - approximately 700 000 GBP - 1 100 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45261200, 45261210, 45261214, 45261213, 45261220, 45261221, 45261222, 45261310, 45261410, 45261420, 45261910, 45261920, 45262900, 45213316

3)Quantity or scope
- To include replacement built-up felt, asphalt flat and liquid membrane and sheet roof coverings and associated works including replacement of insulation, installation of insulation, rainwater goods, apron flashings at abutments with walls, fascias and soffits. May also include replacement of asphalt walkways or balconies and associated works.
Estimated value excluding VAT:
Range: between 2 800 000,00 and 4 400 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for flat roofing. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 7 Lot title: General building work
1)Short description
General building work - approximately 1 400 000 GBP - 1 600 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45262800, 45262700, 45310000, 45311000, 45311100, 45311200, 45350000, 45351000, 45320000

3)Quantity or scope
- To include the construction of low and medium rise traditionally constructed domestic and commercial extensions, plant and boiler rooms, school classrooms etc. Together with all associated mechanical & electrical installations.
Estimated value excluding VAT:
Range: between 5 600 000,00 and 6 400 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 8 contractors and a maximum of 12 contractors will be appointed a place on the framework lot for general building work. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 12 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 12th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 8 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 8 Lot title: Demolition & ground works
1)Short description
Demolition & Ground Works - approximately 600 000 GBP - 900 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45110000, 45111000, 45111100, 45111200, 45111240, 45112700, 45262660, 45233161, 45233200, 45233251, 45233260, 45233340, 45236000, 45432112

3)Quantity or scope
- Demolition works to include asbestos removals, service disconnections and oversite clearance. Ground works may also include major repair and replacement of underground drainage and service ducts and hard landscaping including brick paviors and concrete flag paving, concrete paths, tarmac, specialist safety surfaces and all associated works.
Estimated value excluding VAT:
Range: between 2 400 000,00 and 3 600 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for demolition & ground works. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 9 Lot title: Aluminium doors & windows
1)Short description
Aluminium doors & windows - approximately 700 000 GBP - 920 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45441000, 45421100, 45421130, 45421131, 45421132

3)Quantity or scope
- To include supply, installation and replacement of aluminium doors, windows and screens.
Estimated value excluding VAT:
Range: between 2 800 000,00 and 3 680 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for aluminium doors & windows. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Lot No: 10 Lot title: Photovoltaic (PV) solar panels
1)Short description
Photovoltaic (PV) solar panels - approximately 550 000 GBP to 950 000 GBP per year. The lesser value quoted is based upon PCCs estimated requirements and the higher value is based upon PCCs estimations plus the estimated requirements of the other named public bodies who will be able to access the agreement once operational.
2)Common procurement vocabulary (CPV)

45000000, 45261215, 71320000, 71321000, 71321200

3)Quantity or scope
- To include the design, supply and installation of photovoltaic (pv) and solar thermal panels to flat or pitched roofs and associated works including structural engineer calculations.
Estimated value excluding VAT:
Range: between 2 200 000,00 and 3 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
A minimum of 5 contractors and a maximum of 8 contractors will be appointed a place on the framework lot for Photovoltaic (PV) solar panels. Contractors must achieve a minimum score of 70 % overall and a minimum score of 50 % of the 30 % weighting attributed to the quality criteria in order to be appointed onto the framework lot.
Where more than 8 tenderers achieve a score of 70 % overall and a score of over 50 % against the quality criteria, the top ranked maximum number of tenderers will be appointed a place. In the event that one or more tenderers achieve the same score as the tenderer ranked 8th then those tenderers will also be appointed.

Irrespective of tender evaluation scores, a minimum of 5 contractors will be appointed a place on the framework lot as long as the bids received are fully compliant with the bid requirements and satisfy the stated minimum requirements, both of which are set out within the ‘Instructions to Tenderers’ document accessible via https://in-tendhost.co.uk/portsmouthcc/.

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 tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per the tender documentation.
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 defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/.

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Minimum level(s) of standards possibly required: As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/.

Minimum level(s) of standards possibly required:

As defined within the 'Instructions to Tenderers' document accessible via https://in-tendhost.co.uk/portsmouthcc/.

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
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
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Price. Weighting 70

2. Project work method statements. Weighting 10

3. Project programme. Weighting 10

4. Project key personnel experience. Weighting 5

5. Project customer care. Weighting 5

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:
LAH/LAH162/12/1008T
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: 23.3.2012 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.3.2012 - 15:00
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
in days: 180 (from the date stated for receipt of 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: February 2016.
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
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.2.2012