Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Eastern Procurement Limited
The Old Granary, Grange Farm
Ashwellthorpe
NR16 1ET
UK
Contact person: Leigh-Anne Franklin
E-mail: info@eastern-procurement.co.uk
NUTS: UKH1
Internet address(es)
Main address: https://in-tendhost.co.uk/epl/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/epl/aspx/Home
I.1) Name and addresses
Eastern Procurement
The Old Granary, Grange Farm
Ashwellthorpe
NR16 1ET
UK
E-mail: info@eastern-procurement.co.uk
NUTS: UKH1
Internet address(es)
Main address: https://in-tendhost.co.uk/epl/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/epl/aspx/Home
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/epl/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent 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
EPAIS22 - Asset Improvement and Sustainability Framework
Reference number: EPL - 0108
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
This Framework procurement is for those Contractors who can provide the work under this framework which will consist of but not limited to: 1. Kitchen Installations 2. Bathroom Installations3. Disabled Adaptation Works4. Electrical Rewires/Upgrades/Repairs/Installations and Testing. 5. Repointing and associated works. 6. Insulation works including but not limited to; roof insulation, External Wall Insulation, Cavity Wall Insulation, Heating Pipework insulation, Draught proofing works. 7. Estate Improvement works. 8. Decarbonisation works such as; building energy management improvements, lighting improvements, renewable energy installations and improvements, glazing improvements, heating improvements and other related works. Please note these works may be subject to grant funding.9. Day-To-Day and Back-Log Repairs and Voids10. Structural Works
II.1.5) Estimated total value
Value excluding VAT:
156 210 320.79
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45421151
45315000
31610000
09331000
45331210
45421110
45421111
45331100
51100000
45232141
09323000
09331100
44221100
45311000
45331000
09332000
45440000
45315300
45410000
45333000
45331110
45421130
45320000
45420000
45310000
45260000
45332000
45211310
71300000
45211000
45421112
45332400
45321000
71500000
45430000
45330000
50710000
45450000
45261410
71200000
09300000
45340000
II.2.3) Place of performance
NUTS code:
UKJ12
UKE13
UKF1
UKF2
UK
UKH2
UKH3
UKH1
UKJ13
UKF3
Main site or place of performance:
II.2.4) Description of the procurement
This Framework procurement is for those Contractors who can provide the work under this framework which will consist of but not limited to: 1. Kitchen Installations 2. Bathroom Installations3. Disabled Adaptation Works4. Electrical Rewires/Upgrades/Repairs/Installations and Testing. 5. Repointing and associated works. 6. Insulation works including but not limited to; roof insulation, External Wall Insulation, Cavity Wall Insulation, Heating Pipework insulation, Draught proofing works. 7. Estate Improvement works. 8. Decarbonisation works such as; building energy management improvements, lighting improvements, renewable energy installations and improvements, glazing improvements, heating improvements and other related works. Please note these works may be subject to grant funding.9. Day-To-Day and Back-Log Repairs and Voids10. Structural Works
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:
156 210 321.00
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
II.2.10) Information about variants
Variants will be accepted:
Yes
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
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
List and brief description of conditions:
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.2) Conditions related to 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
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 8
Justification for any framework agreement duration exceeding 4 years: n/a
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/12/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/12/2022
Local time: 12:01
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice of England
London
WC1A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
11/11/2022