By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Asset Management and Architectural Works Framework Phase 2.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

North East Lincolnshire Borough Council
Municipal Offices Town Hall Square
Contact point(s): www.yortender.co.uk
DN31 1HU Grimsby
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.nelincs.gov.uk

Address of the buyer profile: http://www.nelincs.gov.uk/business/tenders-and-contracts

Electronic access to information: http://www.yortender.co.uk

Electronic submission of tenders and requests to participate: http://www.yortender.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)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Asset Management and Architectural Works Framework Phase 2.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: North East Lincolnshire.

NUTS code UKE13

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 7

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 and 28 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
North East Lincolnshire Council is seeking to establish a second phase of the framework agreement to support its Regeneration Partner in the delivery of Asset Management and Architectural Works related projects including:
1) General Building Construction;
2) Modular Buildings;
3) Roofing;
4) Glazing;
5) Decoration;
6) Sports and play areas;
7) Heritage Building Works.
Any estimated quantities given in this notice or any subsequent Invitation to Tender are provided in good faith.
There will be no obligation on North East Lincolnshire Council to enter into call off contracts nor will any guarantee be given about minimum volumes of works or indeed any works through this framework agreement.
For indicative purposes the total contract value (48 months) is a range between 0 GBP and 28200000 GBP however this may be subject to change based on budgetary alterations outside of the Council's control.
The works are divided into 7 Lots. In addition to the weighted award criteria identified at IV.2.1 a pass/fail business questionnaire will be used as part of the selection assessment.
This procurement will be open to the named authority including schools, academies and other organisations within the traded services portfolio, and to companies wholly owned by the named authority including Lincs Inspire Limited.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45210000, 45220000, 45260000, 45300000, 45400000, 50700000, 71000000, 71500000, 44211100, 45261920, 45261210, 44112400, 45451000, 45440000, 45441000, 45212290, 45212213, 45212220, 45450000, 45454100, 45453000, 45261300, 43325000, 45236210, 50870000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The requirement is broken down into 7 lots. The framework will be in place for 48 months. See individual lots for detailed information.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Modular Buildings (any value)
1)Short description
Modular construction works to schools, libraries, leisure centres, swimming pools, offices and other public buildings.
2)Common procurement vocabulary (CPV)

44211100, 45000000, 45210000, 45220000, 45260000, 45300000, 45400000, 50700000, 71000000, 71500000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 3 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.
Lot No: 2 Lot title: Roofing Works 0 GBP to 500,000 GBP
1)Short description
Installation of roofing systems to include, built up felt roof systems (Icopal, Ikop, Langley & Erisco Buader or technical equivalents), pitched slate and interlocking tiles systems, flashings, soffits, fascia's, gutters (to include re-lining) and rain water goods.
2)Common procurement vocabulary (CPV)

45260000, 44112400, 45261920, 45261210, 45000000, 45210000, 45220000, 45300000, 45400000, 50700000, 71000000, 71500000, 45261300

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 6 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.
Lot No: 3 Lot title: Glazing Works 0 GBP to 150,000 GBP
1)Short description
Supply and installation of glazing systems to include, all glazing types, uPVC windows and doors, aluminium windows and doors, timber windows and doors, roof lights, curtain walling and insulated panels.
2)Common procurement vocabulary (CPV)

45441000, 45440000, 45000000, 45210000, 45220000, 45260000, 45300000, 45400000, 50700000, 71000000, 71500000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.
Lot No: 4 Lot title: Decoration Works 0 GBP to 150,000 GBP
1)Short description
Management and delivery of decoration schemes for both internal and external areas of a property. This is to include, preparation of surfaces (walls, ceiling, wood and metal), priming and finished coats.
2)Common procurement vocabulary (CPV)

45451000, 45440000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.
Lot No: 5 Lot title: Construction Works OJEU Threshold & Above
1)Short description
Applications are invited from main contractors for the delivery of works which include new build, extensions and refurbishment works to schools, libraries, leisure centres, swimming pools, offices and other public buildings.
2)Common procurement vocabulary (CPV)

45000000, 45210000, 45220000, 45260000, 45300000, 45400000, 50700000, 71000000, 71500000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 16 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.
Lot No: 6 Lot title: Sports and Play Areas (any value)
1)Short description
Capabilities to deliver MUGAs, grass sport pitches and other specialist play surfaces.
2)Common procurement vocabulary (CPV)

45212220, 45212213, 45212290, 43325000, 45236210, 50870000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.
Lot No: 7 Lot title: Heritage Building Works (any value)
1)Short description
A variety of capabilities including main contracting, brickwork, ironmongery and other specialist capabilities for Heritage buildings.
2)Common procurement vocabulary (CPV)

45454100, 45000000, 45210000, 45260000, 45300000, 45400000, 50700000, 71000000, 71500000, 45450000, 45453100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The 7 top ranking organisations will be invited to participate in the Framework. Wherever possible mini competitions will be undertaken on a lowest compliant tender basis amongst the seven organisations within the framework lot. However the right is reserved to undertake mini-competitions on a price and quality evaluation basis.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As defined in tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined in tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liabilities.
As defined in tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As defined in tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
Minimum level(s) of standards possibly required: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
Minimum level(s) of standards possibly required:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Working Practices and Approach. Weighting 20

2. Customer Service. Weighting 10

3. Sustainability. Weighting 10

4. Case Study. Weighting 30

5. Client Experience and References. Weighting 30

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
YORE-9F8M5G
IV.3.2)Previous publication(s) concerning the same contract

Notice on a buyer profile

Notice number in the OJEU: 2013/S 187-322007 of 26.9.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 17.3.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.3.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 17.3.2014 - 16:30

Place:

Municipal Offices, Town Hall Square, Grimsby DN31 1HU.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 42 months
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Lots 1,2,3 and 4 have been previously advertised in the Asset Management & Architectural Consultancy Phase 1 (2013/S 187-322007) tender exercise. These were not awarded in Phase 1 and are being re-tendered here along with new lots - (5, 6 and 7).

All requests for information and submission of tenders must be undertaken via our e-tendering portal YORtender. The email provided under Section I.1 is provided for European Commission use only.
The Council is seeking to use the Framework to promote Social Value benefits to improve the economic, social and/or environmental well-being of the local areas covered by this contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with regulation 47 of the Public Contracts. Regulations 2006 the council will incorporate a minimum 10 calendar day standstill period starting from the day following the date of the award decision notification is dispatched to bidders. This period allows unsuccessful bidders to invoke the remedies within the public Contracts Regulations before the contract is entered into. Applicants have until midnight of the 10th day of the standstill period to do this.
VI.4.3)Service from which information about the lodging of appeals may be obtained

North East Lincolnshire Council Legal and Democratic Services (Procurement Challenges)
Municipal Offices Town Hall Square
DN31 1HU Grimsby
UNITED KINGDOM
Internet address: http://www.nelincs.gov.uk

VI.5)Date of dispatch of this notice:
4.2.2014