Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 201-362447/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: First Choice Homes Oldham
Postal address: 22 Union St
Town: Oldham
Postal code: OL1 1BE
Country: United Kingdom
Contact Person: Graham
Email: procurement@fcho.co.uk
Nuts code: UK
Internet address(es):
Main address: www.fcho.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned 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: Environmental works — Groundwork, Fencing, Metalwork, Masonry.
II.1.2) Main CPV code: 45262640
II.1.3) Type of contract: Works
II.1.4) Short Description: This covers the following key areas of work:
—Demolition/ Alteration/ Renovation/ Demolition
—Cleaning masonry/ concrete
—Repairing/ Renovating/ Conserving masonry
—Repairing/ Renovating/ Conserving timber/ Alterations — spot items
—Groundwork/ Excavating and filling
—Masonry / Brick/ block walling
—Accessories/ sundry items for brick/ block/ stone walling
—Precast concrete sills/ lintels/ copings/ features
—Paving/Planting/Fencing/Site furniture / Kerbs/ edgings/ channels/ paving accessories / In situ concrete roads/ pavings/ bases / Topsoil and growing media
—Seeding/ turfing
—External planting
—Fencing
—Building fabric reference specification
—Purpose made joinery
—Purpose made metalwork
—Preservative/ fire retardant treatment
—Fixings and adhesives
—Mortars.
II.1.5) Estimated total value:
Value excluding VAT: 23000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
Maximum number of lots that may be awarded to one tenderer 2
II.2) Description
II.2.1) Title: Lot 1 — Works value up to 100 000 GBP
Lot No:1
II.2.2) Additional CPV code(s)
45262640
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement:
Works package up to 100 000 GBP
This covers the following key areas of work:
—Demolition/ Alteration/ Renovation/ Demolition
—Cleaning masonry/ concrete —Repairing/ Renovating/ Conserving masonry —Repairing/ Renovating/ Conserving timber/ Alterations — spot items
—Groundwork/ Excavating and filling
—Masonry / Brick/ block walling
—Accessories/ sundry items for brick/ block/ stone walling —Precast concrete sills/ lintels/ copings/ features
—Paving/Planting/Fencing/Site furniture / Kerbs/ edgings/ channels/ paving accessories / In situ concrete roads/ pavings/ bases / Topsoil and growing media
—Seeding/ turfing —External planting
—Fencing
—Building fabric reference specification
—Purpose made joinery
—Purpose made metalwork
—Preservative/ fire retardant treatment
—Fixings and adhesives
—Mortars.
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: 1000000 Currency: 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
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.2.1) Title: Lot 2 — Works value from 100 000 GBP to 500 000 GBP
Lot No:2
II.2.2) Additional CPV code(s)
45262640
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the procurement:
Works from 100 000 GBP to 500 000 GBP
This covers the following key areas of work:
—Demolition/ Alteration/ Renovation/ Demolition
—Cleaning masonry/ concrete
—Repairing/ Renovating/ Conserving masonry
—Repairing/ Renovating/ Conserving timber/ Alterations — spot items
—Groundwork/ Excavating and filling
—Masonry / Brick/ block walling
—Accessories/ sundry items for brick/ block/ stone walling
—Precast concrete sills/ lintels/ copings/ features
—Paving/Planting/Fencing/Site furniture / Kerbs/ edgings/ channels/ paving accessories / In situ concrete roads/ pavings/ bases / Topsoil and growing media
—Seeding/ turfing
—External planting
—Fencing
—Building fabric reference specification
—Purpose made joinery
—Purpose made metalwork
—Preservative/ fire retardant treatment
—Fixings and adhesives
—Mortars.
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: 8000000 Currency: 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
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.2.1) Title: Lot 3 — works package above 500 000 GBP
Lot No:3
II.2.2) Additional CPV code(s)
45262640
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the procurement:
Works package above 500 000 GBP
This covers the following key areas of work:
—Demolition/ Alteration/ Renovation/ Demolition
—Cleaning masonry/ concrete
—Repairing/ Renovating/ Conserving masonry
—Repairing/ Renovating/ Conserving timber/ Alterations — spot items
—Groundwork/ Excavating and filling
—Masonry / Brick/ block walling
—Accessories/ sundry items for brick/ block/ stone walling
—Precast concrete sills/ lintels/ copings/ features
—Paving/Planting/Fencing/Site furniture / Kerbs/ edgings/ channels/ paving accessories / In situ concrete roads/ pavings/ bases / Topsoil and growing media
—Seeding/ turfing
—External planting
—Fencing
—Building fabric reference specification
—Purpose made joinery
—Purpose made metalwork
—Preservative/ fire retardant treatment
—Fixings and adhesives
—Mortars.
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: 14000000 Currency: 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
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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 several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-16 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2016-11-30
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
GO Reference: GO-20161014-PRO-8945807.
VI.4) Procedures for review
VI.4.1) Review body
Official name: First Choice Homes Oldham
Postal address: Broadway House, Broadway, Chadderton
Town: Oldham
Postal code: OL9 8RW
Country: United Kingdom
Telephone: +44 1617702029
VI.5) Date of dispatch of this notice:2016-10-14