Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

North West

Category Works

Type

No. of Lots 5

Status Active

Published 16th May 2024

Tender Details
Referenceocds-h6vhtk-045a04
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-
« Previous Page

North West

Category Works

Type

No. of Lots 5

Status Active

Published 16th May 2024

Tender Details
Referenceocds-h6vhtk-045a04
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Westmorland and Furness Council

South Lakeland House, Lowther Street

Kendal

LA9 4DQ

Contact

Ms Gwyneth Timson

Email

procurement2 [at] westmorlandandfurness.gov.uk

Telephone

+44 1768212268

Country

United Kingdom

NUTS code

UKD12 - East Cumbria

Internet address(es)

Main address

https://www.westmorlandandfurness.gov.uk/

Buyer's address

https://www.westmorlandandfurness.gov.uk/

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=3722e413-c612-ef11-812b-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=3722e413-c612-ef11-812b-005056b64545

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

DPS - Property Maintenance Minor Works 2024-2028

Reference number

DN724161

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

This Scope covers services related to a dynamic purchasing system (DPS) to carry out property maintenance and repair works up to the value of £100,000 (each) in various locations throughout the area of Westmorland and Furness Council (Barrow in Furness, South Lakeland and Eden areas).

This tender is advertised on The Chest. Suppliers wishing to express an interest and obtain access to the tender documents should go to www.the-chest.org.uk

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

Lot 1 General Building Repair and Refurbishment

Lot No

1

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45400000 - Building completion work

II.2.3) Place of performance

NUTS codes
  • UKD12 - East Cumbria

II.2.4) Description of the procurement

Lot 1: General Building Repair and Refurbishment

General building Contractors who will carry out construction operations required on site for refurbishment and maintenance projects. The Contractor shall have the capacity to undertake all disciplines of work packages including:-

Carpentry and Joinery

Supply and installation of, joinery components for maintenance projects, including repairs, restoration and replacement of doors, windows, floors, staircases, skirting boards, architraves, window boards and bespoke items such as counters, cupboards, units, and panelling.

Contractors should note that on occasion these works are carried out on listed buildings, therefore the Contractor shall be required to work on restoration works such as sliding sash windows and ornate mouldings, timber floors

Masonry & Bricklaying (Internal & External Works)

Required to carry out all aspects of masonry and bricklaying trades including, but not limited to, repairs, replacement and building of brick and/or block walls (loadbearing or otherwise), forming of openings for windows and doors, retaining/boundary walls, repointing works, forming ramps and stairs, paving, stone repairs and columns.

Plastering and Drylining

Carry out all aspects of plastering and drylining services including but not limited to bond and skim, ornate, limelite, rendering (internally and externally), plaster boarding, tape and fill, bonding and patch repairs.

Other Works

Metal stud partition and damp proofing works, fencing, gates, below ground drainage, repairs and replacement roofing works.

II.2.5) Award criteria

Quality criterion - Name: quality / Weighting: 97.5

Price - Weighting: 2.5

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 2 Mechanical & Electrical Contractors

Lot No

2

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations

II.2.3) Place of performance

NUTS codes
  • UKD12 - East Cumbria

II.2.4) Description of the procurement

The outline scope of works are to include for the supply of all labour and materials to carry out a wide range of Mechanical & Electrical works across the whole of the Council’s property portfolio.

Mechanical projects shall range from:-

• minor/low value maintenance works and replacement of mechanical and plumbing plant, systems and equipment.

• Larger planned schemes for replacement of mechanical and plumbing plant, installations, systems and equipment. The supply and installation of new heating plant and equipment, predominantly gas fired but alternative fuels may be specified including biomass and oil. These schemes can range from small domestic through to larger complex installations plus hot and cold water services and above ground drainage.

The range of works shall include Low Temperature Hot Water heating installations and boiler plant along with ducted warm air and extract systems, Air Handling Unit equipment and associated ductwork installation.

Contractors must be a registered member of Gas safe and hold Building & Engineering Services Association (B&ES) qualifications and registered Chartered Institute of Plumbing and Heating Engineers (CIPHE) or Association of Plumbing and Heating Contractors APHC.

Electrical projects shall range from:-

• Carry out full electrical installation work in association with maintenance replacement and refurbishment projects. Carry out electrical installation inspection and testing work on all types of council properties, including

• Stripping out and replacement/installation of general lighting and power, containment, mains distribution and any other electrical service or equipment. Also emergency lighting systems, alarm and call bell systems.

On completion of any of the named works above an electrical certificate or commissioning certificate must be issued in accordance with the relevant British standards.

Contractors must be a registered member of an electrical safety scheme such as NIC EIC or equivalent.

Contractors shall include details of all trade membership bodies with their submissions for approval.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 97.5

Price - Weighting: 2.5

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 3 Roofing Contractors

Lot No

3

II.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

II.2.3) Place of performance

NUTS codes
  • UKD12 - East Cumbria

II.2.4) Description of the procurement

Lot 3: Roofing Contractors

Carry out repairs and replacement roofing works in accordance with the contract documents for the project being tendered. As there are a wide range of roof covering methods and technologies available we have listed the most common types used on projects.

• Traditional Slate and Tiled pitched roofs

• Built up felt roofs

• Single Ply membrane roofs

• Liquid plastic roofs

• Profiled composite sheet roofing

• Mastic Polymer modified Asphalt

• Proprietary roof repair systems

• Flat roofs

Contractors shall be members of the National Federation of Roofing Contractors (NFRC), Confederation of Roofing Contractors (CORC) or equivalent.

Please note this DPS does not cover works on roofs that are subject to warranties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 97.5

Price - Weighting: 2.5

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 4 Painting and Decorating Contractors

Lot No

4

II.2.2) Additional CPV code(s)

  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work

II.2.3) Place of performance

NUTS codes
  • UKD12 - East Cumbria

II.2.4) Description of the procurement

Lot 4: Painting and Decorating Contractors

Carry out all aspects of the painting and decorating trade, to the internal and external of buildings as required. This covers all types of acrylic and oil based paint finishes as specified in the particular scheme which is being tendered. Contractors may also have the opportunity to tender for fire retardant paint coverings, especially to steel. Contractors may also be responsible for preparation works such as scraping, sanding, caulking, stain removal, filling and taping. Other duties may include wallpapering of varying quality products and specialist works such as marbling and gold leaf painting to our listed buildings.

All decorators shall hold NVQ levels 2&3

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 97.5

Price - Weighting: 2.5

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Lot 5: Asbestos Removal and Disposal

Lot No

5

II.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

II.2.3) Place of performance

NUTS codes
  • UKD12 - East Cumbria

II.2.4) Description of the procurement

Lot 5: Asbestos Removal and Disposal

Carry out removal, encapsulation of asbestos containing materials including disposal of hazardous waste for Projects within Council buildings and schools. For each project Contractors appointed will be invited to attend site to enable them to quote for the Works.

Emergency response – Contractors shall attend site with equipment to carry out remedial works within 2 hours of emergency being reported to them

All Contractors shall provide waste consignment notes with the invoice.

All contractors undertaking work on ACMs must hold membership of either ARCA, or the ACAD Division of TICA, and must hold an Asbestos Licence from the HSE Asbestos Licensing Unit.

The above requirements do not apply to non-licensable tasks in the following categories:

• Removal of asbestos cement materials such as roofing sheets and rainwater goods

• Toilet cistern and seat removal

• Vinyl floor covering material

• Gaskets removed by engineers.

However it is a requirement that all persons removing or working on the above items have received recognised training on working with non-licensable ACMs.

Contractors carryout asbestos related work must hold the minimum level of professional indemnity insurance cover as specified in the job contract. This is likely to be higher than normal levels of cover due to increased risk.

Contractors must comply with the Council’s Management of Asbestos Policy in its entirety. https://www.cumbria.gov.uk/elibrary/Content/Internet/535/615/984/39980123319.pdf?timestamp=43815102441. Contractors should note the separation of duties between testing and removal.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 2.5

Price - Weighting: 2.5

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

17 June 2024

Local time

12:00pm

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

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Suppliers wishing to express an interest and obtain access to the tender documents should go to www.the-chest.org.uk and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (DN724161) in the box labelled 'contains' then click search. Click on the blue link for the contract title to view the opportunity. To express an interest you will need to login. if you are not already registered on the www.the-chest.org.uk you will need to return to the home page and click on Register. Register FREE link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.

Westmorland and Furness Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Westmorland and Furness Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority's supplier audits on all aspects of diversity.

The Contracting Authority expressly reserves the right:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering

competition; and in no circumstances will the Contracting Authority be liable for any costs

incurred by the candidates. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The Contracting Authority reserve the right to use any electronic portal during the life of the agreement. The Dynamic Purchasing System is for 48 months. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this contract. Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom