Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 7

Status Active

Published 16th Oct 2023

Tender Details
Referenceocds-h6vhtk-03ee83
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-
More Tenders »

South East

Category Works

Type

No. of Lots 7

Status Active

Published 16th Oct 2023

Tender Details
Referenceocds-h6vhtk-03ee83
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

East Sussex County Council

County Hall,St Annes Crescent

Lewes

BN7 1UE

Contact

Hannah Phillips

Email

Hannah.Phillips [at] eastsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://www.eastsussex.gov.uk/

Buyer's address

https://www.eastsussex.gov.uk/

I.1) Name and addresses

Brighton & Hove City Council

Hove Town Hall, Norton Road

hove

bn3 3bq

Contact

Martin Hilson

Email

martin.hilson [at] brighton-hove.gov.uk

Telephone

+44 7850711487

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://new.brighton-hove.gov.uk/

Buyer's address

https://new.brighton-hove.gov.uk/

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

ESCC-HP-Planned Maintenance Framework

Reference number

DN1561

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

East Sussex County Council (ESCC) and Brighton and Hove City Council (BHCC) are seeking applications from suitably qualified and interested organisations for a range of facilities management services. This will include the procurement of a planned maintenance Framework. The works are required for the participating authorities assets which mainly include schools and corporate buildings, but excludes Housing and Highways. A prior information notice (PIN) was issued on 10.08.2023 and the reference is 2023/S 000-023332. The Councils held a market engagement event in September 2023 as part of its pre-procurement activity. Information regarding this events is published with the procurement documents.

The disciplines required are as follows:

Lot A- Mechanical Services

Lot B- Electrical Services

Lot C- Roofing Works

Lot D- Building Works up to £100k

Lot E- Building Works Generally above £100k - £250k

Lot F- Building Works Generally above £250k - £1m

Lot G- Asbestos Removal - Planned and Reactive Works

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

LOT A- MECHANICAL SERVICES

Lot No

A

II.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £16,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Frameworks are due to be renewed at the end of the agreement.

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 B ELECTRICAL SERVICES

Lot No

B

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Frameworks are due to be renewed at the end of the agreement.

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 C ROOFING WORKS

Lot No

C

II.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Framework due to be renewed at he end of the agreement.

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 D BUILDING WORKS UP TO £100K

Lot No

D

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £24,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Frameworks are due to be renewed at the end of the agreement.

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 D BUILDING WORKS £100K - £250K

Lot No

E

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £24,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Frameworks are due to be renewed at the end of the agreement.

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 F BUILDING WORKS £250K - £1M

Lot No

F

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed i the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £24,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Frameworks are due to be renewed at the end of the agreement.

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 G ASBESTOS REMOVAL WORKS

Lot No

G

II.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

II.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Frameworks are due to be renewed at the end of the agreement.

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 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

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed 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: 63

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

n/a

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-023332

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

24 November 2023

Local time

4:00pm

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

1 March 2024

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

All procurement documents are available from 16/10/2023, and must be completed electronically, using the Proactis portal. https://supplierlive.proactisp2p.com .The Proactis portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid or this opportunity you will need to register your company on the Proactis portal. Property services manages a number of assets and customers on behalf of the partner Councils providing access to a range of services, these services form part of this service offer. These assets and customers are further defined in the procurement documents. The requirements and services detailed within these lots will cover all corporate and non-corporate buildings and assets within the Councils responsibility. The planned maintenance frameworks (Lot A to G) will also be open to all Schools (maintained, academies, specialist schools and free schools) within the respective geographic boundaries of the contracting authority as well as the following participating authorities:

• East Sussex County Council;

• Brighton & Hove City Council:

• Adur District Council

• All Colleges within East Sussex and Brighton

• All maintained schools, Academies and Free Schools in East Sussex and Brighton

• All Universities within East Sussex and Brighton

• East Sussex Fire Authority

• Eastbourne Borough Council

• Elmbridge Borough Council

• Epsom and Ewell Borough Council

• Guildford Borough Council

• Hastings Borough Council

• Lewes District Council

• Mole Valley District Council

• Reigate and Banstead Borough Council

• Rother District Council

• Runnymede Borough Council

• Spelthorne Borough Council

• Surrey County Council

• Surrey Fire & Rescue Service

• Surrey Heath Borough Council

• Sussex Police

• Tandridge District Council

• Waverley Borough Council

• West Sussex County Council

• Woking Borough Council

• Worthing Borough Council

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice.

London

Country

United Kingdom