I.1) NAME, ADDRESSES AND CONTACT POINT(S)
Contact: Attn: E-mail: Cobalt Housing Limited 199 Lower House Lane Cobalt Housing Limited Yvonne Taylor L11 2SF Liverpool UNITED KINGDOM VicinityGroupProcurement@vicinity.org.uk Internet address(es) General address of the contracting authority www.cobalthousing.org.uk Address of the buyer profile https://Cirrus-Tenders.co.uk/Home.aspx?Link=[f1bc1499-8d03-48cdadb7-9146c2cd3fde] (if the direct link to the url does not work, please type or copy and paste the link into your web browser) Further information can be obtained at: As in above-mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Internet: Cobalt Housing Limited 199 Lower House Lane L11 2SF Liverpool UNITED KINGDOM https://Cirrus-Tenders.co.uk/Home.aspx?Link=[f1bc1499-8d03-48cdadb7-9146c2cd3fde] (if the direct link does not work, please type or copy and paste the link into your web browser) Tenders or requests to participate must be sent to: Internet: Cobalt Housing Limited 199 Lower House Lane L11 2SF Liverpool UNITED KINGDOM https://Cirrus-Tenders.co.uk/Home.aspx?Link=[f1bc1499-8d03-48cdadb7-9146c2cd3fde] (if the direct link does not work, please type or copy and paste the link into your web browser)
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law Housing and community amenities The contracting authority is purchasing on behalf of other contracting authorities No
II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority
Property extension adaptation services.
II.1.2) Type of contract and location of works, place of delivery or of performance
Works Main site or location of works Liverpool. NUTS code UKD52 Liverpool
II.1.3) The notice involves
The establishment of a framework agreement
II.1.4) Information on framework agreement
Duration of the framework agreement: Duration in year(s): 4 Estimated total value of purchases for the entire duration of the framework agreement estimated cost excluding VAT 800 000,00 GBP
II.1.5) Short description of the contract or purchase(s)
Cobalt Housing Limited (“Cobalt”) is a provider of low-cost housing, with 5 750 homes in North East Liverpool. Cobalt is seeking expressions of interest from qualified and experienced providers who can provide high quality services for property extensions when residents meet the criteria for this type of adaptation. Cobalt is planning to award a framework agreement to up to 5 contractors for the provision of these services. The length of the framework agreement shall be 4 years.
II.1.6) Common procurement vocabulary (CPV)
45211300 Houses construction work 45210000 Building construction work 45211000 Construction work for multi-dwelling buildings and individual houses 45211100 Construction work for houses 45211200 Sheltered housing construction work 45211310 Bathrooms construction work 45211320 Porches construction work 45214710 Entrance hall construction work 45215210 Construction work for subsidised residential accommodation
II.1.7) Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8) Division into lots
No
II.1.9) Variants will be accepted
No
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope
The total value of all contracts to be awarded under this framework is expected to be approximately 200 000 GBP per annum, but it is not possible for Cobalt to anticipate future requirements.
II.2.2) Options
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (from the award of the contract)
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required
The contracting authority reserves the right to require bonds, deposits, guarantees and/or other forms of undertaking.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
As detailed in the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As detailed in the tender documents.
III.1.4) Other particular conditions to which the performance of the contract is subject
Yes As detailed in the tender documents.
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 requirements are met: Conditions for participation are set out in detail in the Memorandum of Information and Pre-Qualification Questionnaire. These are available through the portal web address listed in I.1 of this notice. The Pre-Qualification Questionnaire must be completed and returned as per the instructions within the Pre-Qualification Questionnaire no later than the deadline listed in IV.3.4 of this Notice.
III.2.2) Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: The economic and financial capacity requiired is described in the Pre-Qualification Questionnaire and Invitation to Tender.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if requirements are met: The information and formailities necessary for evaluating if requirements are met are described in the Pre-Qualification Questionnaire and Invitation to Tender.
III.2.4) Reserved contracts
No
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession
III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
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
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) An electronic auction will be used
No
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 21.1.2011 – 12:00 Payable documents No
IV.3.4) Time-limit for receipt of tenders or requests to participate
28.1.2011 – 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
IV.3.8) Conditions for opening tenders
VI.1) THIS IS A RECURRENT PROCUREMENT
No
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3) ADDITIONAL INFORMATION
Contractors should note that the following means of communication should be used. For questions and clarifications about this procurement, candidates should email Yvonne Taylor using the email address VicinityGroupProcurement@vicinity.org.uk Candidates should obtain copies of the PQQ and the memorandum of information (“MoI”) from the web site address set out in Annex A.II. Candidates are requested not to request copies of the PQQ and the MoI by email.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures
See section VI.4.2
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority 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 Dennis Graham via email at VicinityGroupProcurement@vicinity.org.uk or by telephone on +44 1516338000.
VI.4.3) Service from which information about the lodging of appeals may be obtained
See section VI.4.2
VI.5) DATE OF DISPATCH OF THIS NOTICE:
14.12.2010