II.2.2) Additional CPV code(s)
39715300
44115210
45330000
45332000
45332200
33196200
33192600
33196100
45320000
31680000
II.2.3) Place of performance
NUTS code:
UKE13
Main site or place of performance:
North East Lincolnshire.
II.2.4) Description of the procurement
The Disabled Facilities Grant allows for:
— adaptations of bathrooms for people who are unable to use a conventional shower or bath,
— home improvement works including damp proofing, electrical works, plumbing and heating works, minor adaptations to kitchen, bedroom, bathroom, repair/renew/alter windows, doors and roof,
— major adaptations works including property extensions, complex cases where major adaptions are made internally to a property to meet the client’s needs,
— ramps: permanent and temporary ramps to allow access into and out of the home.
Grants are awarded up to the maximum of 30 000 GBP. In some cases by exception the value may be exceeded and either additional funding is applied for or the difference is made up by the occupant of the property. In these circumstances the additional funding will be determined prior to award of the contract.
The framework will provide a mechanism for these works to be carried via either direct award for projects under the value of 20 000 GBP or via a mini competition over the value of 20 000 GBP.
The number of contractors the authority is seeking is undefined as all tenderers meeting the minimum scoring criteria, as stated in the tender documents, will be permitted to the framework.
Tenderers will be required to complete a schedule of rates, which will form a fixed schedule of rates that will be called off by direct award. When a direct award is used, contractors will be chosen in rotation. The number of rotations will be determined by the number of successful tenderers. It is envisaged to be 2/3 per rotation.
When a mini competition is used, all contractors on the framework will be invited to participate.
The authority does not provide any guarantee as to the volume or the value of the works orders to be issued.
II.2.5) Award criteria
Criteria below:
Quality criterion: Experience
/ Weighting: 9
Quality criterion: Quality assurance
/ Weighting: 7
Quality criterion: Defect management
/ Weighting: 7
Quality criterion: Social value
/ Weighting: 6
Quality criterion: Managing subcontractors and the supply chain
/ Weighting: 5
Quality criterion: Handling variations
/ Weighting: 4
Quality criterion: Handling asbestos
/ Weighting: 2
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
To be reprocured late 2023.
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.2.14) Additional information
ENGIE’s procurement team will be holding a drop in session for contractors wanting more information or needing assistance with YORtender can attend a drop in session on 3.2.2020 from 10 a.m.-4 p.m. at New Oxford House, 2 George Street, Grimsby DN31 1HB.