Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Lightning Protection 2 Lot Framework
Reference number: DN323554
II.1.2)Main CPV code
71600000
II.1.3)Type of contract
Works
II.1.4)Short description:
1.3.1 Hackney is seeking to establish 2 framework lots with qualified suppliers experienced in the delivery of inspection, testing and responsive repairs to the Councils lightning protection installations. In addition there will be works of upgrading the some current installations to include surge protection. The contract will be in place for 4 years.
1.3.2 The framework will comprise 2 lots “North” and “South”. These lots will be single supplier.
1.3.3 5 firms will be invited to tender under a restricted procedure.
1.3.4 Each Lot will be single supplier and the supplier will be selected on the basis of the Most Economically Advantageous Tender (combined price and quality scores- as described below).
1.3.5 The framework will have a life of 4 years although work awarded before the expiry of the contract may continue after expiry.
II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 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:
Lightning Protection Hackney North
Lot No: 1
II.2.2)Additional CPV code(s)
31200000
45312310
71315200
II.2.3)Place of performance
NUTS code: UKI4
II.2.4)Description of the procurement:
All works shall be carried out in accordance with the current BS EN 63205:2006, BS 6651:1999 and BS 7671:2015 AMD3.
The following regulations shall also apply, where relevant, for all materials supplied and all works carried out:
1) The current British and European Standards and British Standard Code of Practice issued by the British Standards Institution. BS EN 63205 and BS 6651:1999
2) The Electricity Supply Regulations.
3) The Health and Safety at Work Act 1974.
4) The Requirements of the Local Fire Prevention Officer.
5) The Requirements of the UKPN.
6) The Home Office Manual of Safety.
7) LBH Electrical Specification.
8) The Requirements of the Council’s Insurers.
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: 6 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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:
Lightning Protection Hackney South
Lot No: 2
II.2.2)Additional CPV code(s)
31210000
45310000
71315200
II.2.3)Place of performance
NUTS code: UKI4
II.2.4)Description of the procurement:
All works shall be carried out in accordance with the current BS EN 63205:2006, BS 6651:1999 and BS 7671:2015 AMD3.
The following regulations shall also apply, where relevant, for all materials supplied and all works carried out:
1) The current British and European Standards and British Standard Code of Practice issued by the British Standards Institution. BS EN 63205 and BS 6651:1999.
2) The Electricity Supply Regulations.
3) The Health and Safety at Work Act 1974.
4) The Requirements of the Local Fire Prevention Officer.
5) The Requirements of the UKPN.
6) The Home Office Manual of Safety.
7) LBH Electrical Specification.
8) The Requirements of the Council’s Insurers.
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: 6 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
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
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years: Not applicable
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: yes
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: 02/04/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 30/04/2018
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
High Courts in the UK as appropriate
London and major urban centres
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:
13/02/2018