Construction Tenders

Thu October 17 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 3

Status Active

Published 24th Oct 2023

Tender Details
Referenceocds-h6vhtk-040e72
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£50,000,000
« Previous Page

Yorkshire and the Humber

Category Works

Type

No. of Lots 3

Status Active

Published 24th Oct 2023

Tender Details
Referenceocds-h6vhtk-040e72
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£50,000,000

Section I: Contracting authority

I.1) Name and addresses

NORTH EAST LINCOLNSHIRE COUNCIL

Municipal Offices,Town Hall Square

GRIMSBY

DN311HU

Contact

Christina Tabor

Email

capital.framworks [at] nelincs.gov.uk

Telephone

+44 1472326942

Country

United Kingdom

NUTS code

UKE13 - North and North East Lincolnshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.nelincs.gov.uk

Buyer's address

https://www.nelincs.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://yortender.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com/login.asp?B=YORTENDER

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

North East Lincolnshire Capital Works Framework

Reference number

79895

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Equans Services Limited on behalf of North East Lincolnshire Council are seeking suitably qualified contractors for the renewal of its Capital Works framework, which is delivered by its Professional Services team.

The works to be carried out under this framework focuses around repairs, maintenance, refurbishment, new capital projects and extensions to Authority owned assets, leisure portfolio and schools/academies. The works will be both internal and external construction to assets including buildings, site works, substructure, superstructure, internal construction and finishes, electrical, mechanical, and access systems.

II.1.5) Estimated total value

Value excluding VAT: £50,000,000

II.1.6) Information about lots

This 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

£0 - £250,000

Lot No

1

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 71200000 - Architectural and related services
  • 71500000 - Construction-related services

II.2.3) Place of performance

NUTS codes
  • UKE13 - North and North East Lincolnshire
Main site or place of performance

North East Lincolnshire

II.2.4) Description of the procurement

Lot 1 is for works between the value of 0 GBP to 250 000 GBP.

This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies.

There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement.

Volumes are subject to change based on budgetary alteration outsides the Authority's control.

Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender.

Contractors will be issued with a Work Schedule which will be evaluated on 100 % price.

However, there may be occasions when a price/quality split will be required.

The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money.

Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered.

If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion - Name: Knowledge and Skills / Weighting: 10

Quality criterion - Name: Method Proposal / Weighting: 20

Quality criterion - Name: Programme / Weighting: 10

Quality criterion - Name: Quality Assurance / Weighting: 15

Quality criterion - Name: Defect Management / Weighting: 10

Quality criterion - Name: Asbestos / Weighting: 15

Quality criterion - Name: Health and Safety / Weighting: 15

Quality criterion - Name: Corporate Social Responsibility/Social Value / Weighting: 2.5

Quality criterion - Name: Climate, Environment and Management / Weighting: 2.5

Price - Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £8,000,000

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

It is intended that this framework will be renewed autumn 2027.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This tender is divided into lots. Tenderers can bid for a maximum of two lots.

Lot 1 - Tenderers are not required to hold Constructionline, but will be expected to be either CHAS, and or SSIP accredited.

For projects under £50,000 or in an emergency situation, the Authority reserves the right to direct award. This would be done on a rotational basis.

II.2) Description

II.2.1) Title

£250,000 - £500,000

Lot No

2

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 71200000 - Architectural and related services
  • 71500000 - Construction-related services

II.2.3) Place of performance

NUTS codes
  • UKE13 - North and North East Lincolnshire
Main site or place of performance

North East Lincolnshire

II.2.4) Description of the procurement

Lot 2 is for works between the value of 250 000 GBP to 500 000 GBP.

This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies.

There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement.

Volumes are subject to change based on budgetary alteration outsides the Authority's control.

Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender.

Contractors will be issued with a Work Schedule which will be evaluated on 100 % price.

However, there may be occasions when a price/quality split will be required.

The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money.

Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered.

If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion - Name: Knowledge and Skills / Weighting: 10

Quality criterion - Name: Method Proposal / Weighting: 20

Quality criterion - Name: Programme / Weighting: 10

Quality criterion - Name: Quality Assurance / Weighting: 15

Quality criterion - Name: Defect Management / Weighting: 10

Quality criterion - Name: Asbestos / Weighting: 15

Quality criterion - Name: Health and safety / Weighting: 15

Quality criterion - Name: Corporate Social Responsibility/Social Value / Weighting: 2.5

Quality criterion - Name: Climate, Environment and Management / Weighting: 2.5

Price - Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £20,000,000

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

It is intended that this framework will be renewed autumn 2027.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This tender is divided into lots. Tenderers can bid for a maximum of two lots.

Lot 2 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP.

II.2) Description

II.2.1) Title

£500,000 - £1,000,000

Lot No

3

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 71200000 - Architectural and related services
  • 71500000 - Construction-related services

II.2.3) Place of performance

NUTS codes
  • UKE13 - North and North East Lincolnshire
Main site or place of performance

North East Lincolnshire

II.2.4) Description of the procurement

Lot 3 is for works between the value of 500 000 GBP - 1 000 000 GBP.

This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies.

There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement.

Volumes are subject to change based on budgetary alteration outsides the Authority's control.

Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender.

Contractors will be issued with a Work Schedule which will be evaluated on 100 % price.

However, there may be occasions when a price/quality split will be required.

The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money.

Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered.

If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion - Name: Knowledge and Skills / Weighting: 10

Quality criterion - Name: Method Proposal / Weighting: 20

Quality criterion - Name: Programme / Weighting: 10

Quality criterion - Name: Quality Assurance / Weighting: 15

Quality criterion - Name: Defect Management / Weighting: 10

Quality criterion - Name: Asbestos / Weighting: 15

Quality criterion - Name: Health and safety / Weighting: 15

Quality criterion - Name: Corporate Social Responsibility/Social Value / Weighting: 2.5

Quality criterion - Name: Climate, Environment and Management / Weighting: 2.5

Price - Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £22,000,000

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

It is intended that this framework will be renewed autumn 2027.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This tender is divided into lots. Tenderers can bid for a maximum of two lots.

Lot 3 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP.


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

Lot 1 - Tenderers are not required to hold Constructionline, but will be expected to be either CHAS, and or SSIP accredited.

Lots 2 and 3 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP

III.1.2) Economic and financial standing

List and brief description of selection criteria

Successful tenderers will be subject to a credit check, and undergo a financial assessment.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

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


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

Framework agreement with several operators

IV.1.8) Information about the 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

24 November 2023

Local time

1:00pm

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

24 November 2023

Local time

1:01pm

Place

North East Lincolnshire Borough Council

Municipal Offices

Town Hall Square

Grimsby

North East Lincolnshire

DN31 1HU

Information about authorised persons and opening procedure

Democratic Services Officer for North East Lincolnshire Borough Council


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting bodies below can access this framework agreement:

Schools and Academies list in the link below:

https://schoolswebdirectory.co.uk/leasearch.php?lea=North+East+Lincolnshire&where=4&submit=Submit

Grimsby Institute of Further and Higher Education Nuns Corner, Grimsby North East Lincolnshire DN34 5BQ.

Lincs Inspire Ltd Bradley Football Development Centre Bradley Road, Grimsby North East Lincolnshire DN37 0AG.

VI.4) Procedures for review

VI.4.1) Review body

North East Lincolnshire Borough Council

Municipal Offices, Town Hall Square

Grimsby

DN31 1HU

Email

legalprocurement [at] nelincs.gov.uk

Country

United Kingdom

Internet address

https://www.nelincs.gov.uk