Section one: Contracting authority
one.1) Name and addresses
Southampton City Council
Civic Centre
Southampton
SO14 7LY
tendermanagement@southampton.gov.uk
Telephone
+44 2380833000
Country
United Kingdom
NUTS code
UKJ32 - Southampton
Internet address(es)
Main address
www.southampton.gov.uk/business-licensing/supply-council/supply-portal.aspx
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0747
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplysouthampton.esourcingportal.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
St Marys C o E Primary School (Window Replacement & Associated Works)
Reference number
SCC-SMS-0271
two.1.2) Main CPV code
- 44221100 - Windows
two.1.3) Type of contract
Supplies
two.1.4) Short description
This bidding opportunity is for replacing the existing timber sliding sash single-glazed windows with new aluminium double-glazed sliding sash windows to each elevation on each level, (together with all associated works), all as specified within the Service Specification, Schedule of Works and supporting contract documents; ensuring full compliance with the approved Planning Permission and Building Regulations, etc.
two.1.5) Estimated total value
Value excluding VAT: £460,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45421132 - Installation of windows
- 44221100 - Windows
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
This bidding opportunity is for replacing the existing timber sliding sash single-glazed windows with new aluminium double-glazed sliding sash windows to each elevation on each level, (together with all associated works), all as specified within the Service Specification, Schedule of Works and supporting contract documents; ensuring full compliance with the approved Planning Permission and Building Regulations, etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2022
End date
23 May 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
(MT Ref:224059)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit