Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

East of England

Category Works

Type

No. of Lots 5

Status Active

Published 15th May 2024

Tender Details
Referenceocds-h6vhtk-0459de
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£121,200,000
« Previous Page

East of England

Category Works

Type

No. of Lots 5

Status Active

Published 15th May 2024

Tender Details
Referenceocds-h6vhtk-0459de
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£121,200,000

Section I: Contracting authority

I.1) Name and addresses

Hertfordshire County Council

Pegs Lane

HERTFORD

SG13 8DE

Contact

Stef Campbell

Email

stef.campbell [at] hertfordshire.gov.uk

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

http://www.hertfordshire.gov.uk

Buyer's address

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

I.3) Communication

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

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

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

HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028

Reference number

HCC2314678

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Hertfordshire County Council (the ‘Council’) is currently out to procurement for the Provision of a Multi-Supplier Framework for Property Works 2024 - 2028. Further information regarding this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

II.1.5) Estimated total value

Value excluding VAT: £121,200,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Refurbishment, Adaptation, Extensions, Retrofit and New Build

Lot No

5

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45450000 - Other building completion work
  • 45262800 - Building extension work
  • 45214200 - Construction work for school buildings
  • 45215214 - Residential homes construction work
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45214230 - Special school construction work
  • 45215221 - Daycare centre construction work
  • 45215213 - Nursing home construction work
  • 45440000 - Painting and glazing work
  • 45215215 - Children's home construction work
  • 45214220 - Secondary school construction work
  • 45215222 - Civic centre construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45320000 - Insulation work
  • 45310000 - Electrical installation work
  • 45100000 - Site preparation work
  • 45214610 - Laboratory building construction work
  • 45210000 - Building construction work
  • 45262700 - Building alteration work
  • 45214300 - Construction work for college buildings
  • 45214100 - Construction work for kindergarten buildings
  • 45214210 - Primary school construction work
  • 45262690 - Refurbishment of run-down buildings
  • 45430000 - Floor and wall covering work
  • 45215220 - Construction work for social facilities other than subsidised residential accommodation
  • 45400000 - Building completion work
  • 45420000 - Joinery and carpentry installation work
  • 45214710 - Entrance hall construction work

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 5 is for Refurbishment, Adaptation, Extensions, Retrofit and New Build. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 5 will be £8,750,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

This Framework Agreement will be reviewed at the end of the Framework Agreement period.

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) Description

II.2.1) Title

Asbestos Removal

Lot No

1

II.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 1 is for Asbestos Removal. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 1 will be £300,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 Council will review its options towards the end of the Framework Agreement.

II.2.10) Information about variants

Variants will be accepted: No

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) Description

II.2.1) Title

Roofing

Lot No

2

II.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works
  • 45261211 - Roof-tiling work
  • 45261200 - Roof-covering and roof-painting work
  • 45214200 - Construction work for school buildings
  • 45215214 - Residential homes construction work
  • 45261222 - Cement roof-coating work
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45214230 - Special school construction work
  • 45261220 - Roof-painting and other coating work
  • 45215220 - Construction work for social facilities other than subsidised residential accommodation
  • 45214300 - Construction work for college buildings
  • 45261400 - Sheeting work
  • 45310000 - Electrical installation work
  • 45261000 - Erection and related works of roof frames and coverings
  • 45440000 - Painting and glazing work
  • 45215215 - Children's home construction work
  • 45100000 - Site preparation work
  • 45214220 - Secondary school construction work
  • 45261210 - Roof-covering work
  • 45320000 - Insulation work
  • 45214000 - Construction work for buildings relating to education and research
  • 45261213 - Metal roof-covering work
  • 45261212 - Roof-slating work
  • 45215222 - Civic centre construction work
  • 45261300 - Flashing and guttering work
  • 45261100 - Roof-framing work
  • 45214610 - Laboratory building construction work
  • 45210000 - Building construction work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261221 - Roof-painting work
  • 45215213 - Nursing home construction work
  • 45214100 - Construction work for kindergarten buildings
  • 45214210 - Primary school construction work
  • 45215221 - Daycare centre construction work
  • 45261420 - Waterproofing work
  • 45430000 - Floor and wall covering work
  • 45261310 - Flashing work
  • 45261900 - Roof repair and maintenance work
  • 45450000 - Other building completion work
  • 45261410 - Roof insulation work
  • 45400000 - Building completion work
  • 50700000 - Repair and maintenance services of building installations
  • 45420000 - Joinery and carpentry installation work
  • 45261320 - Guttering work
  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 2 is for Roofing. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 2 will be £7,500,000.00.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 Council will review its options towards the end of the Framework Agreement.

II.2.10) Information about variants

Variants will be accepted: No

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) Description

II.2.1) Title

Window Walling

Lot No

3

II.2.2) Additional CPV code(s)

  • 45441000 - Glazing work
  • 45214200 - Construction work for school buildings
  • 45215214 - Residential homes construction work
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45214230 - Special school construction work
  • 45215221 - Daycare centre construction work
  • 45215220 - Construction work for social facilities other than subsidised residential accommodation
  • 45215213 - Nursing home construction work
  • 45440000 - Painting and glazing work
  • 45215215 - Children's home construction work
  • 45214220 - Secondary school construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45320000 - Insulation work
  • 45215222 - Civic centre construction work
  • 45100000 - Site preparation work
  • 45214610 - Laboratory building construction work
  • 45210000 - Building construction work
  • 45214710 - Entrance hall construction work
  • 45214300 - Construction work for college buildings
  • 45214100 - Construction work for kindergarten buildings
  • 45214210 - Primary school construction work
  • 45450000 - Other building completion work
  • 45420000 - Joinery and carpentry installation work
  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 3 is for Window Walling. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 3 will be £5,000,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 Council will review its options towards the end of the Framework Agreement.

II.2.10) Information about variants

Variants will be accepted: No

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) Description

II.2.1) Title

Heating, Cooling, Ventilation and Electrical

Lot No

4

II.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 50721000 - Commissioning of heating installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 51120000 - Installation services of mechanical equipment
  • 45312000 - Alarm system and antenna installation work
  • 45311000 - Electrical wiring and fitting work
  • 45310000 - Electrical installation work
  • 45333000 - Gas-fitting installation work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51110000 - Installation services of electrical equipment
  • 45330000 - Plumbing and sanitary works
  • 45317000 - Other electrical installation work
  • 50730000 - Repair and maintenance services of cooler groups
  • 45313000 - Lift and escalator installation work

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 4 is for Heating, Cooling Ventilation & Electrical. Tenderers may submit a tender for any/all Lots and for all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 4 will be £8,750,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 Council will review its options towards the end of the Framework Agreement.

II.2.10) Information about variants

Variants will be accepted: No

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


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

Full details are in the tender document set.

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


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

26 June 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

26 June 2024

Local time

12:00pm

Place

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home


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

Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidanceThis is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support [at] in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award the Framework Agreement or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before the Framework Agreement is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

VI.4.4) Service from which information about the review procedure may be obtained

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom