Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Handy Person Services Framework |
Notice type: | Contract Notice |
Authority: | Borough Council of King's Lynn & West Norfolk |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The Borough Council of Kings Lynn and West Norfolk is setting up a Dual-Supplier Framework Agreement for the provision of aids and equipment works as part of its Care and Repair Handy Person service. The service covers the whole of the Borough.The Handy Person Service (HPS) focuses on prevention, hospital discharge and some minor works to help clients live independently and safely. The service covers the whole of the Borough. The HPS focuses on prevention, hospital discharge and some minor works to help clients live independently and safely. The aim of the HPS is to assist West Norfolk residents, with a disability or debilitating health issue, to remain living in their homes for longer. |
Published: | 14/07/2023 13:23 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Borough Council of Kings Lynn and West Norfolk, E07000146
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Main Address: www.west-norfolk.gov.uk
NUTS Code: UKH16
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Joinery-and-carpentry-installation-work./7X97NPH29Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/7X97NPH29Z to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Handy Person Services Framework
Reference Number: BCKLWN271
II.1.2) Main CPV Code:
45420000 - Joinery and carpentry installation work.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Borough Council of Kings Lynn and West Norfolk is setting up a Dual-Supplier Framework Agreement for the provision of aids and equipment works as part of its Care and Repair Handy Person service. The service covers the whole of the Borough.The Handy Person Service (HPS) focuses on prevention, hospital discharge and some minor works to help clients live independently and safely. The service covers the whole of the Borough. The HPS focuses on prevention, hospital discharge and some minor works to help clients live independently and safely. The aim of the HPS is to assist West Norfolk residents, with a disability or debilitating health issue, to remain living in their homes for longer.
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: The Borough Council of Kings Lynn and West Norfolk is setting up a Dual-Supplier Framework Agreement for the provision of aids and equipment works as part of its Care and Repair Handy Person service. The service covers the whole of the Borough.The Handy Person Service focuses on prevention, hospital discharge and some minor works to help clients live independently and safely.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Methodology of works / Weighting: 15
Quality criterion - Name: Communication Strategy with the Council and Clients / Weighting: 15
Quality criterion - Name: Added Value/Customer Care / Weighting: 15
Quality criterion - Name: Local Labour Profile (Operatives within Borough Boundary) / Weighting: 5
Cost criterion - Name: Price based on Percentage Adjustment to the SOR / Weighting: 35
Cost criterion - Name: Hourly Rate (only for time spent on site) / Weighting: 15
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2024 / End: 31/12/2025
This contract is subject to renewal: Yes
Description of renewals: The initial contract term is for a period of 2 years commencing on 1st January 2024 and there is provision included for an extension of the term for up to a further two years. The renewal of the Framework, following expiry, is subject to confirmation of funding.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
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
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/08/2023 Time: 12:00
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:
Until: 08/12/2023
IV.2.7) Conditions for opening of tenders:
Date: 18/08/2023
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 30th September 2025
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Joinery-and-carpentry-installation-work./7X97NPH29Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7X97NPH29Z
VI.4) Procedures for review
VI.4.1) Review body:
Borough Council of Kings Lynn and West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/07/2023
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Borough Council of Kings Lynn and West Norfolk, E07000146
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Main Address: www.west-norfolk.gov.uk
NUTS Code: UKH16
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Handy Person Services Framework
Reference number: BCKLWN271
II.1.2) Main CPV code:
45420000 - Joinery and carpentry installation work.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Borough Council of Kings Lynn and West Norfolk is setting up a Dual-Supplier Framework Agreement for the provision of aids and equipment works as part of its Care and Repair Handy Person service. The service covers the whole of the Borough.The Handy Person Service (HPS) focuses on prevention, hospital discharge and some minor works to help clients live independently and safely. The service covers the whole of the Borough. The HPS focuses on prevention, hospital discharge and some minor works to help clients live independently and safely. The aim of the HPS is to assist West Norfolk residents, with a disability or debilitating health issue, to remain living in their homes for longer.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: The Borough Council of Kings Lynn and West Norfolk is setting up a Dual-Supplier Framework Agreement for the provision of aids and equipment works as part of its Care and Repair Handy Person service. The service covers the whole of the Borough.The Handy Person Service focuses on prevention, hospital discharge and some minor works to help clients live independently and safely.
II.2.5) Award criteria:
Quality criterion - Name: Methodology of works / Weighting: 15
Quality criterion - Name: Communication Strategy with the Council and Clients / Weighting: 15
Quality criterion - Name: Added Value/Customer Care / Weighting: 15
Quality criterion - Name: Local Labour Profile (Operatives within Borough Boundary) / Weighting: 5
Cost criterion - Name: Price based on Percentage Adjustment to the SOR / Weighting: 35
Cost criterion - Name: Hourly Rate (only for time spent on site) / Weighting: 15
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Notice number in the OJEU: 2023/S 000-020322
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/01/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Chas D Allflatt Limited, 00508129
The Old Stables, 29A South Everard Street, Kings Lynn, PE30 5HJ, United Kingdom
Tel. +44 1553772260
NUTS Code: UKH16
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=886657927
VI.4) Procedures for review
VI.4.1) Review body
Borough Council of Kings Lynn and West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 02/09/2024