Construction Tenders

Fri September 27 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 16

Status Active

Published 19th Sep 2024

Tender Details
Referenceocds-h6vhtk-049c4d
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-
« Previous Page

London

Category Works

Type

No. of Lots 16

Status Active

Published 19th Sep 2024

Tender Details
Referenceocds-h6vhtk-049c4d
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

London Borough of Brent

Brent Civic Centre

Wembley

HA9 0FJ

Contact

Mrs Henrietta Jacobs

Email

Henrietta.Jacobs [at] brent.gov.uk

Telephone

+44 0

Country

United Kingdom

NUTS code

UKI72 - Brent

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.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

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

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

WORKS FRAMEWORK

Reference number

DN719185

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Contractor multi lot framework agreement for works. The framework will have 16 lots with multiple contractors per lot. Tenderers can submit bids for one or multiple lots provided they can meet both the generic and lot specific criteria.

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 Major Works Refurbishment and Associated New Build

Lot No

1

II.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45212350 - Buildings of particular historical or architectural interest
  • 45215210 - Construction work for subsidised residential accommodation
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45400000 - Building completion work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Lot 1 Major Works Refurbishment and Associated New Build

Description

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including major works refurbishment, planned programmed work including cyclical decorations and re-roofing, new build including infills, and major ECO and retrofit.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £100,000

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 Minor Works, Structural & Disrepair Work, Playgrounds, Builders Work inc. Estate Works

Lot No

2

II.2.2) Additional CPV code(s)

  • 45212300 - Construction work for art and cultural buildings
  • 45214000 - Construction work for buildings relating to education and research
  • 45259000 - Repair and maintenance of plant
  • 45259300 - Heating-plant repair and maintenance work
  • 45261900 - Roof repair and maintenance work
  • 45262700 - Building alteration work
  • 45262800 - Building extension work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50730000 - Repair and maintenance services of cooler groups
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including minor works, structural and disrepair work, playgrounds, builders work including estate works up to £500k in value together with a range of project of re-roofing to single and multiple properties, ad-hoc building works, small up-grading building works to properties, fire damage rectification works and works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 Voids Re-Servicing

Lot No

3

II.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are experienced and have the skills for undertaking works to void properties and have specific Void Teams to carry out the required works to meet the requirements of the Council.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 Fire Safety Works

Lot No

4

II.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are experienced and have the skills in undertaking Fire Safety Works to properties of the Council and further are able to undertake specialist works and remedial works as instructed by the Council and its Fire Safety Management Consultants.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 Adaptions

Lot No

5

II.2.2) Additional CPV code(s)

  • 33196200 - Devices for the disabled
  • 44115600 - Stairlifts
  • 45211310 - Bathrooms construction work
  • 45341000 - Erection of railings
  • 45421151 - Installation of fitted kitchens
  • 45453000 - Overhaul and refurbishment work
  • 45453100 - Refurbishment work
  • 50700000 - Repair and maintenance services of building installations

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including repairs and disabled adaptions in properties owned or managed by the council.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 6 Energy Efficiency and Retrofit Works

Lot No

6

II.2.2) Additional CPV code(s)

  • 45261215 - Solar panel roof-covering work
  • 45261410 - Roof insulation work
  • 45310000 - Electrical installation work
  • 45321000 - Thermal insulation work
  • 45351000 - Mechanical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50730000 - Repair and maintenance services of cooler groups
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Specialist Contractors/Retrofit Installers who are fully qualified and able to provide advice to the Council on energy efficiency, design and install schemes, projects and programmes and be accredited to PAS2030:2019 for energy efficiency measures and be registered with TrustMark (or Microgeneration Certification Scheme (MCS) for renewables). The Specialist Contractors/Retrofit Installers are to have full knowledge of all legislation, guidance and standards including PAS9980:2022 – Code of Practice.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 7 Multi-trade Repairs

Lot No

7

II.2.2) Additional CPV code(s)

  • 44230000 - Builders' carpentry
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262670 - Metalworking
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45330000 - Plumbing and sanitary works
  • 45332000 - Plumbing and drain-laying work
  • 45332200 - Water plumbing work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421111 - Installation of door frames
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45421140 - Installation of metal joinery except doors and windows
  • 45421160 - Ironmongery work
  • 45422000 - Carpentry installation work
  • 45431000 - Tiling work
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work
  • 45441000 - Glazing work
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 45451000 - Decoration work
  • 50411300 - Repair and maintenance services of electricity meters
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 71550000 - Blacksmith services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including Multi-Trade Repairs Works up to £100K in value. The works comprise day to day reactive repairs including, emergency repairs, boarding of properties, gas and electrical repairs, works to doors windows and glazing etc. including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 8 Carpenter Work

Lot No

8

II.2.2) Additional CPV code(s)

  • 44230000 - Builders' carpentry
  • 45420000 - Joinery and carpentry installation work
  • 45422000 - Carpentry installation work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of Carpenter related Works up to £100k in value. The works comprise day to day reactive repairs including, emergency repairs, general repairs, boarding of properties, works to doors windows and glazing etc. together with a range of projects of adaptions and upgrade works to properties including fire damage rectification and works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 9 Plumber Work

Lot No

9

II.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works
  • 45332000 - Plumbing and drain-laying work
  • 45332200 - Water plumbing work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including Plumbing Works up to £100k in value. The works comprise day to day reactive repairs including, repair of leaks, replacement of taps, wastes, sinks etc. repair and replacement of boilers, repair and replacement of above ground drainage, gutters and rainwater pipes, etc. together with a range of projects of adaptions and upgrade works to properties including fire damage rectification, and works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 10 Domestic Electrical Work

Lot No

10

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 50411300 - Repair and maintenance services of electricity meters
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising repair and maintenance programme comprising of Domestic Electrical Works up to £100k in value. The works comprise day to day reactive repairs including, repair and replacement of all domestic electrical works internally, externally and in common areas, together with a range of projects of adaptions and upgrade works to properties including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 11 Blacksmith & Metal Work

Lot No

11

II.2.2) Additional CPV code(s)

  • 45262670 - Metalworking
  • 45421140 - Installation of metal joinery except doors and windows
  • 45421160 - Ironmongery work
  • 71550000 - Blacksmith services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of Blacksmith & Metal Works related works up to £100k in value. The works comprise day to day reactive repairs and replacement works, upgrading of the general estate, including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 12 Painter & Decorator Work

Lot No

12

II.2.2) Additional CPV code(s)

  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 45451000 - Decoration work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of Painting & Decorating related works up to £100k in value. The works comprise day to day upgrading of painting and decorating of the general estate including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 13 Door & Window Work inc. Glazing Work

Lot No

13

II.2.2) Additional CPV code(s)

  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421111 - Installation of door frames
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45441000 - Glazing work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of doors, and windows including glazing and reglazing works up to £100k in value. The works comprise day to day repairs of doors and windows, emergency boarding up of openings, removal and replacement of doors and windows comprising aluminium, UPVC, softwood and hardwood doors and windows works both internally to dwellings and externally and upgrading of the general estate including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 14 Roofing & Roughcasting Work

Lot No

14

II.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261213 - Metal roof-covering work
  • 45261214 - Bituminous roof-covering work
  • 45261215 - Solar panel roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45261221 - Roof-painting work
  • 45261222 - Cement roof-coating work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of roofing and roughcasting works up to £100k in value. The works comprise day to day repairs of roof leaks, including repairing leaks, re-roofing work, repairs to parapets, chimneys etc and repair or replacement of flashings, roofing components etc. including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 15 Plastering & Tiler Work

Lot No

15

II.2.2) Additional CPV code(s)

  • 45410000 - Plastering work
  • 45431000 - Tiling work
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of plastering and tiling works up to £10k in value. The works comprise day to day repairs blown plastering and tiling, including associated accessories, removing and replacing plastering and tiling following adaptions and refurbishments, works to walls and ceilings etc. including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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 16 Scaffolding Work

Lot No

16

II.2.2) Additional CPV code(s)

  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of internal and external elements which require access scaffolding to be provided up to £100k in value. The works comprise provision of access scaffolding to works areas, for the repair and maintenance of external walls, roofing works, internal scaffolding to staircases and common areas etc. including works required in connection with purchased and transferred properties.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

4 years with option to extend for a further 4 years, totalling 8 years

Justification for term of longer than 4 years:

To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.

To enable long-term working relationships to be formed and embedded.

Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.

The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.

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 establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 128

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

4 + 4

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

31 October 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.4) Procedures for review

VI.4.1) Review body

High Court London

London

Country

United Kingdom