Construction Tenders

Sun September 01 2024

Related Information

Construction Contract Leads

North East

Category Works

Type

No. of Lots 1

Status Active

Published 29th Aug 2024

Tender Details
Referenceocds-h6vhtk-049656
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-
« Previous Page

North East

Category Works

Type

No. of Lots 1

Status Active

Published 29th Aug 2024

Tender Details
Referenceocds-h6vhtk-049656
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Durham County Council

County Hall

DURHAM

DH15UQ

Contact

Ella Forster

Email

ella.forster [at] durham.gov.uk

Country

United Kingdom

NUTS code

UKC14 - Durham CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.durham.gov.uk

Buyer's address

www.nepo.org

I.3) Communication

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

www.nepo.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nepo.org

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

Framework for Design and/or Supply and/or Installation of Play Space Refurbishments

Reference number

DN740757

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

This Framework Agreement is for Design and/or Supply and/or Installation of Play Space Refurbishments and associated works across locations within and around the County of Durham. The council anticipates appointing five contractors and two reserve contractors onto the framework.

For the main five number of bidding organisations including the two reserve bidding organisations who have a place on the framework. The final weighted score obtained by each bidding organisations submission for Technical Questions including Social Value (TOMS) and price will be added to achieve the bidder's overall final evaluation score. Bidding organisations will be ranked in respect of their evaluation score from highest to lowest. The five bidding organisations with the highest final evaluation score will be awarded a place on the framework, with the two reserves following.

Any call off from this framework could be funded from grants or other funding bodies, and the council reserves the right to award any procurement exercise or modify any procurement exercise dependent upon the grant funding source. Social value (TOMS) applies to this framework

It is to be noted that the project for Sedgefield Play Areas will be the first call off contract and will be awarded to the first placed bidding organisation with the highest final evaluation score. It is to be noted that social value applies to this project independently.

The Council gives no undertaking as to the level of, or any, spend via this Framework Agreement.

This framework will include a 1% rebate. This Rebate will be identified when it is used for any Call off within the documentation issued to successful contractors on the framework.

The documents must be downloaded from www.nepo.org and within the supplier area, search for DN740757. These can not be obtained any other way.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 37535200 - Playground equipment

II.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

II.2.4) Description of the procurement

This Framework Agreement is for Design and/or Supply and/or Installation of Play Space Refurbishments and associated works across locations within and around the County of Durham. The council anticipates appointing five contractors and two reserve contractors onto the framework.

For the main five number of bidding organisations including the two reserve bidding organisations who have a place on the framework. The final weighted score obtained by each bidding organisations submission for Technical Questions including Social Value (TOMS) and price will be added to achieve the bidder's overall final evaluation score. Bidding organisations will be ranked in respect of their evaluation score from highest to lowest. The five bidding organisations with the highest final evaluation score will be awarded a place on the framework, with the two reserves following.

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

24

This contract is subject to renewal

Yes

Description of renewals

The proposed framework is to be let with an option to extend for up to a further 2 x 12 months from the actual end date.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

The documents must be downloaded from www.nepo.org and within the supplier area, search for DN740757. These can not be obtained any other way.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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

Restricted 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

Envisaged maximum number of participants to the framework agreement: 7

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

26 September 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 October 2024

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.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Email

tcc.issue [at] hmcts.gsi.gov.uk

Country

United Kingdom