Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Housing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
2017-2018-019 Plant Upgrade Works.
Reference number: 2017-2018-019
II.1.2)Main CPV code
45251200 - FG04
II.1.3)Type of contract
Services
II.1.4)Short description:
Plant Upgrade Works at three (3) Metropolitan supported accommodation sites.
II.1.5)Estimated total value
Value excluding VAT: 475 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Glenelg Road and Sylvia Lawla Court (London)
Lot No: 1
II.2.2)Additional CPV code(s)
45251200
45331100
71314310
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
Heating Boilers have been deemed to have a limited life expectancy, and have therefore been included in a Plant Room replacement program.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 17/09/2017
End: 31/10/2017
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Coneygear Court (Cambridge)
Lot No: 2
II.2.2)Additional CPV code(s)
45251200
45331100
71314310
II.2.3)Place of performance
NUTS code: UKH12
II.2.4)Description of the procurement:
Heating Boilers have been deemed to have a limited life expectancy, and have therefore been included in a Plant Room replacement program.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 175 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 17/09/2017
End: 31/10/2017
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Both London and Cambridgeshire Lots
Lot No: 3
II.2.2)Additional CPV code(s)
45251200
45331100
71314310
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKH12
II.2.4)Description of the procurement:
Heating Boilers have been deemed to have a limited life expectancy, and have therefore been included in a Plant Room replacement program.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 475 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 17/09/2017
End: 31/10/2017
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/07/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 28/07/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Royal Courts of Justice
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/06/2017