Capital maintenance mechanical works and electrical works framework.
Contract notice
Works
Section I: Contracting authority
Surrey County Council
County Hall, Penrhyn Road
For the attention of: John Hesp
KT1 2DN Kingston upon Thames
UNITED KINGDOM
Telephone: +44 2085417934
E-mail:
Internet address(es):
General address of the contracting authority: https://surrey.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Public order and safety
Environment
Housing and community amenities
Recreation, culture and religion
Education
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
Main site or location of works, place of delivery or of performance: Various across the geographical areas of Surrey and Hampshire.
NUTS code UKJ
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in months: 48Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 8 000 000 and 55 000 000 GBP
Surrey County Council and Hampshire County Council are advertising and procuring the framework agreement jointly.
Both authorities will manage jointly the preparation of the invitation to tender (ITT) documents, the implementation of selection and award procedures and the implementation of post award procedures relating to the establishment of the.
Framework agreement.
Both Authorities will enter into the framework agreement with the successful bidders and will be responsible for discharging their obligations under the framework (this does not extend to underlying contracts) on a collective basis.
The proposed framework is intended to cover all of the requirements for all of the Contracting Authorities listed in this Contract Notice. It is envisaged that the majority of activity will take place in the geographical areas of Surrey and Hampshire.
By working in collaboration, capacity will be created by the Parties to deliver major programmes of mechanical works and electrical works, through the proposed framework.
The aims are to reduce waste and streamline processes through the whole life of projects; identify and effectively manage risk and to provide value for money. The goals to achieving these aims are:
a) Improved processes for procurements and project and program management;
b) Better use of resources to ensure that competencies are properly deployed and wasteful activities are driven out;
c) Added value to the whole life of a project by engaging all parties in joint ownership and collaboration seeking out opportunities in design, procurement and construction;
d) Efficiency gains throughout the supply chain by standardisation, aggregation, leverage, discounts for economy of scale and to avoid bespoke procurement;
e) Reviews of workload and contractor capacity, identifying areas for improvement and making recommendation for efficient delivery of projects and programs of Works;
f) Provision of key performance measurement data in support of KPI’s;
g) Improved design practices in terms of building systems and common approaches across programmes;
h) Effective improvement work groups to drive best practice e.g. waste minimisation, health and safety and sustainability;
i) Shared learning across the proposed frameworks.
The works to be delivered will include a variety of capital maintenance mechanical works and electrical works projects or programmes of works, across several sites. It is expected that the majority of the work will be for less than 500 000 GBP per project or program of Works.
It is envisaged that the framework will be split into 2 separate lots using the whole geographical area of Surrey and Hampshire and the surrounding areas. Contractors may separately bid for one or both lots.
Projects or programmes of work that cover more than one lot maybe appointed to Contractors from the most appropriate lot.
Candidates can apply for one or both lots - PQQ responses must be separately uploaded. If you wish to be selected for the mechanical and electrical works framework, your must complete the correct PQQ and separately load your reply into the correct area of Bravo, noting a response for both elements needs both PQQ responses including separate attachments, for each opportunity. References, for each opportunity, are mandatory and must be received by the Authority by e-mail, by the deadline stated.
45300000, 45262600, 45331000, 45262700, 45310000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 8 000 000 and 55 000 000 GBP
Information about lots
Lot No: 1 Lot title: Mechanical works framework45351000, 44115210, 42131280, 45231220, 45300000, 44161100, 39715220, 42131141, 42131140, 42131143, 42131142, 31211200, 24962000, 38421100, 71321200, 42510000, 42140000, 31211000, 42122440, 31213000, 44163000, 45232460, 42131000, 42131270, 45320000, 45262600, 41100000, 42131130, 45262700, 45310000, 42122130, 50720000, 42160000, 71321400, 42500000, 45332400, 31720000, 42131260, 39715100, 39715200, 42131160, 42131320, 39715300, 45351000, 42122100, 45343230, 42122180, 45231300, 31212000, 42520000, 31211330, 44615000, 45332200, 42122300, 41110000, 45332000, 42161000, 42131250, 45331000, 42130000, 42131150, 45350000, 39715210, 71321100, 39137000, 44115100, 42131146, 42131147, 42131144, 44621000, 42131145, 42131148, 42122430, 44165000, 31211340, 42122160, 45232154, 42122161, 44611500, 31211100, 50730000, 44161000, 44620000, 42131240, 45330000, 42131170, 42131300, 42122220, 31211310, 50711000, 50712000, 44161200, 44164000, 42131390, 45331200, 42131400, 44162000, 31730000, 44611410, 71321300, 41120000, 39715000, 42131230, 45500000, 42131310, 50413100, 31211320, 45331210, 45232151, 45331211, 39370000, 45331230, 45331110, 44622000, 45332300, 31700000, 45400000, 42131120, 39715240, 42131220, 09321000, 42123000, 42131210, 42131290, 42131291, 42131292, 45340000, 45331221, 44615100, 45331220, 45331100, 42131110, 31211110, 71321000, 42530000, 42164000, 31211300, 31710000, 42131200, 44115500, 42131100, 42120000, 45331231, 50710000
Range: between 6 000 000 and 35 000 000 GBP
To participate in this PQQ phase, candidates must complete and submit a PQQ questionnaire. These will be scored on merit in accordance with the Instructions for completion of PQQ supplied as part of this pack. Organisations will need to score 50 % or above in the PQQ stage to secure an opportunity to be invited to tender. Organisations which fail to achieve 50 % will be informed and have no further part on this selection process.
45310000, 31217000, 31300000, 44111100, 45300000, 31420000, 45220000, 31000000, 31211200, 44111200, 31310000, 34928530, 45315400, 44111400, 45317100, 31211000, 45315500, 31213000, 44111300, 31527210, 45317300, 45320000, 31527000, 31440000, 31640000, 31681000, 45310000, 31216000, 31214000, 31430000, 31221100, 44111210, 51110000, 45240000, 45315300, 45315200, 45440000, 31660000, 31527200, 45420000, 31720000, 31680000, 31210000, 45311000, 31650000, 45315000, 45312000, 45315100, 34928510, 31625200, 45313000, 44111800, 45311100, 51111000, 31600000, 44111600, 31212000, 51112000, 45315700, 31211330, 71318100, 31625000, 34928520, 45350000, 45260000, 31625100, 45250000, 31400000, 31140000, 31518200, 31510000, 31160000, 31221400, 31221300, 31230000, 31100000, 31211340, 31610000, 31221500, 31220000, 44111000, 45317200, 31221700, 31221600, 31211100, 45311200, 31120000, 31527300, 45330000, 31630000, 31221000, 45314000, 34928500, 45317000, 31211310, 31224000, 31681500, 31200000, 31681410, 31221200, 45410000, 31330000, 45430000, 31730000, 31681200, 45317400, 44111540, 45200000, 31130000, 45450000, 45316000, 31681100, 31340000, 51700000, 31211320, 31681300, 31410000, 31681400, 31215000, 31170000, 31218000, 31110000, 31530000, 31700000, 45400000, 44111511, 31527270, 31223000, 44111530, 44111510, 44111700, 31500000, 44111900, 31320000, 31150000, 45315600, 45340000, 31350000, 31670000, 45230000, 31520000, 45210000, 44111500, 31211110, 71321000, 44111520, 31219000, 31211300, 31710000, 31527260, 31620000
Range: between 2 000 000 and 20 000 000 GBP
To participate in this PQQ phase, candidates must complete and submit a PQQ questionnaire. These will be scored on merit in accordance with the instructions for completion of PQQ supplied as part of this pack. Organisations will need to Score 50 % or above in the PQQ stage to secure an opportunity to be invited to tender. Organisations which fail to achieve 50 % will be informed and have no further part on this selection process.
Section III: Legal, economic, financial and technical information
Description of particular conditions: As defined in the (ITT) tender documentation.
Suppliers instructions how to express interest in this tender:
1. Register your company on the eSourcing portal (this is only re quired once),
- Browse to the eSourcing Portal: https://surrey.bravosolution.co.uk and click the link to register.
Accept the terms and conditions and click 'Continue',- Enter your correct business and user details,
- Note the username you chose and click 'Save' when complete,
- You will shortly receive an e-mail with your unique password (please keep this secure).
2. Express an interest in the tender:
- Login to the portal with the username/password.
Click the 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier),
- Click on the relevant PQQ/ ITT to access the content,
- Click the 'Express Interest' button at the top of the page,
- This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only),
- You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box.
3. Responding to the tender- Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining),
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification,
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT,
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Minimum level(s) of standards possibly required: Tenderers are advised that the following minimum insurance levels are required:
Employer's liability 10 000 000 GBP.
Public liability 10 000 000 GBP.
Tenderers are advised that they must have an annual Turnover in excess of 2 000 000 GBP.
Financial performance assessment by the Contracting Authority using CompanySearchesmadesimple.com.
In accordance with Articles 43 to 51 of Directive 2004/18/EC as amended by S.I. 2007/2157, 2009/2992, 2011/1441; and Regulation 25 of the Public Contracts Regulations 2006 as amended by The Public Contracts (Amendment) Regulations 2009, and as set out in the pre-qualification questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Organisational details, for information; group / parent company details, for information; financial information pass / fail; insurance pass / fail; professional and business standing pass / fail; trade or other registrations for information; business activities, 30 %; experience, 10 %;
References, 5 %; equalities & diversity, pass / fail; health & safety, 10 %; sustainability, 5 %; apprentices and training, for information; staff and resources, 5 %; quality assurance, 5 %; case studies, 30 %.
To participate in this PQQ phase, Candidates must complete and submit a PQQ Questionnaire. These will be scored on merit in accordance with the Instructions for completion of PQQ supplied as part of this pack. Organisations will need to Score 50 % or above in the PQQ stage to secure an opportunity to be invited to tender. Organisations which fail to achieve 50 % will be informed and have no further part on this selection process.
Payable documents: no
Section VI: Complementary information
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Indicative List of Public Bodies that may use the framework in Hampshire, Surrey and surrounding areas:
The following is an indicative list which gives examples of the Public bodies able to use this agreement. This includes those that currently exist and their successors which may place Underlying Contracts through these arrangements.
The Framework will be open to other public bodies and their Statutory Successors or organisations created as a result of re-organisation or organisational changes including:- Local Authorities Surrey County Council, Guildford Borough Council; Surrey Heath Borough Council; Waverley Borough Council; Woking Borough Council; Spelthorne Borough Council; Tandridge District Council; Elmbridge Borough Council; Epsom & Ewell Borough Council; Runnymede.
Borough Council; Reigate & Banstead Borough Council; Mole Valley District Council; Surrey & Hampshire Fire and Police Authorities, Hampshire County Council; Isle of Wight Council; Reading Borough Council; Southampton City Council; Portsmouth City Council; Basingstoke & Deane Borough Council; Eastleigh Borough Council; Fareham Borough Council; Gosport Borough Council; Hart District Council; Havant Borough Council; East Hants District Council; New Forest District Council; Rushmoor Borough Council; Test Valley Borough Council; Winchester City Council. Hampshire Constabulary; Hampshire Fire & Rescue.
Services to be provided to schools includes Schools (all academies, faith, voluntary aided or controlled, maintained and ‘free’ schools) including those schools which may.
Convert to academy status either during the procurement process or during the term of the contract including those that currently exist and their successors.
Academies known at the time of publishing include:
For Surrey: Cleves School, Collingwood College, Epsom And Ewell High School, Fullbrook School, George Abbot School, Glyn School, Goldsworth Primary School, Hinchley Wood School & Sixth Form Centre, Howard Of Effingham School, Rodborough Technology College, Rosebery School, Rydens Enterprise School & Sixth Form College, South Farnham Infant School, South Farnham Junior School, Sunbury Manor School, Thamesmead School, The Beacon School, The Magna Carta School, The Raleigh School, Thomas Knyvett College, Weydon Academy, Woolmer Hill Technology College.
For Hampshire: Havant Academy, The Priory Primary Academy Trust, The Arnewood School, Wildern School, Ringwood Academy, Thornden Academy, Mountbatten School, The Petersfield School, Bohunt School, The Burgate Academy, Fernhill Secondary, Priestlands School, The Romsey Academy, Hounsdown Academy, Cowplain Secondary, Sun Hill Infant, Noadswood Academy, Bransgore CofE Primary, St Anthony's Primary, St. Joseph's Academy, Amery Hill School Academy Trust, Bay House School, Cams Hill School, Everest Community Academy, Oaklands Catholic School and Sixth Form College, Perins Academy, Testwood Sports College, Dove House School.
Further additional information can be found using weblink http://www.direct.gov.uk/en/dl1/directories/localcouncils/index.htm.