Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

North East

Category Works

Type

No. of Lots 1

Status Active

Published 17th Nov 2023

Tender Details
Referenceocds-h6vhtk-041b08
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value-
« Previous Page

North East

Category Works

Type

No. of Lots 1

Status Active

Published 17th Nov 2023

Tender Details
Referenceocds-h6vhtk-041b08
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

North Tyneside Council

Quadrant, Cobalt Business Park, The Silverlink North

North Tyneside

NE27 0BY

Contact

Mrs Christine Bordoli

Email

christine.bordoli [at] northtyneside.gov.uk

Telephone

+44 7583007237

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

https://www.northtyneside.gov.uk/

Buyer's address

https://www.northtyneside.gov.uk/

I.3) Communication

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

https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities

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

Contract 52 – Installation of Kitchens and Bathrooms 2024 - 26

Reference number

DN693483

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The Authority invites suitably experienced Contractors for the above Framework to provide a skilled service and provide the works for the Installation of Kitchens and Bathrooms.

This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract.

The Contractor will be Sub-Contractor. and The Authority will be Principal Contractor and Client for the purposes of the CDM Regulations 2015.

The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract.

The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the procurement Tender documents:

All electrical works carried out need to be carried out by a NICEIC or NAPIT registered electrician.

All gas works will need to be carried out by a Gas Safe registered contractor.

The scope of works includes kitchen replacements, bathroom replacements, internal painting and decorating, plastering, removing and installing wall tiling, removal and installing floor coverings, and electrical upgrades along with all associated works. Works to be completed in occupied properties.

The Framework duration will be for an initial 2 years plus 2 x up to 12 months options to extend at the sole discretion of the Authority.

The anticipated number of suppliers successful to the Framework is 5

The Authority intends to appoint 2 contractors (Ranked 1 and 2 ) to carry out works concurrently for the initial two year duration of the Framework after which, should the Authority confirm the extension option(s), the Authority will issue a Mini Competition (Annual Price refresh) and the results may re-rank the Suppliers.

The full Tender documents can be downloaded immediately after registering an interest via the NEPO Portal and via the link below. Unregistered Suppliers will be re-directed to a registration page, registration is free.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside

II.2.4) Description of the procurement

The Authority invites suitably experienced Contractors for the above Framework to provide a skilled service and provide the works for the Installation of Kitchens and Bathrooms.

This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract.

The Contractor will be Sub-Contractor. and The Authority will be Principal Contractor and Client for the purposes of the CDM Regulations 2015.

The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract.

The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the procurement Tender documents:

All electrical works carried out need to be carried out by a NICEIC or NAPIT registered electrician.

All gas works will need to be carried out by a Gas Safe registered contractor.

The scope of works includes kitchen replacements, bathroom replacements, internal painting and decorating, plastering, removing and installing wall tiling, removal and installing floor coverings, and electrical upgrades along with all associated works. Works to be completed in occupied properties.

The Framework duration will be for an initial 2 years plus 2 x up to 12 months options to extend at the sole discretion of the Authority.

The anticipated number of suppliers successful to the Framework is 5

The Authority intends to appoint 2 contractors (Ranked 1 and 2 ) to carry out works concurrently for the initial two year duration of the Framework after which, should the Authority confirm the extension option(s), the Authority will issue a Mini Competition (Annual Price refresh) and the results may re-rank the Suppliers.

The full Tender documents can be downloaded immediately after registering an interest via the NEPO Portal and via the link below. Unregistered Suppliers will be re-directed to a registration page, registration is free.

II.2.5) Award criteria

Quality criterion - Name: The full details are provided in the Tender Documents / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £12,000,000

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

The initial contract is for 24 months with an option to extend for a further 2 x up to 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial contract is for 24 months with an option to extend for a further 2 x up to 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 December 2023

Local time

12:00pm

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

22 December 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice Technology and Construction Court

Court 7 Rolls Building

London

EC4A 1 NL

Country

United Kingdom

Internet address

https://www.northtyneside.gov.uk/