Construction Tenders

Thu May 16 2024

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 3

Status Active

Published 27th Dec 2023

Tender Details
Referenceocds-h6vhtk-0429c1
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£12,000,000
More Tenders »

South East

Category Works

Type

No. of Lots 3

Status Active

Published 27th Dec 2023

Tender Details
Referenceocds-h6vhtk-0429c1
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£12,000,000

Section I: Contracting authority

I.1) Name and addresses

2Gether Support Solutions Limited

William Harvey Hospital, Kennington Road, Ashford

Kent

TN24 0LZ

Contact

Syed Hasnain

Email

syed.hasnain5 [at] nhs.net

Country

United Kingdom

NUTS code

UKJ44 - East Kent

Internet address(es)

Main address

https://www.2gethersupportsolutions.org/

Buyer's address

https://www.2gethersupportsolutions.org/

I.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Delivery of Major Capital Works

Reference number

EKHT1414

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

2Gether Support Solutions Limited is advertising this opportunity to identify capable Suppliers for delivery of Major Capital Programme.
This tender will follow restricted tendering process under the UK Procurement Directives and is divided into three LOTs.
LOT1 - Delivery of projects for Major Works up to a value of £1 Million
LOT2 - Delivery of projects for Major Works between a value of £1 Million and £12 Million
LOT3 - Delivery of projects for Electrical and Mechanical Works up to a value of £1 Million
A maximum of 5 Bidders will be selected via PQQ evaluation for invitation to tender.
A Maximum of two Main and one Reserves Bidders will be selected for each LOT.
Bidders can Bid for any or all of the LOTs.

II.1.5) Estimated total value

Value excluding VAT: £12,000,000

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

LOT1 - Major Capital Works up to a value of £1Million

Lot No

1 (one)

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent

II.2.4) Description of the procurement

To delivery capital work projects for up to £1M in value
Typical Works Activity:
• Light / medium internal refurbishment of existing buildings
• Repairs to the external envelope of existing buildings such as roof repairs and window replacement
• Small new build projects
• Enabling works for larger projects carried out under Lot 2
• External works such as car parking, hard and soft landscaping and below ground drainage

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: £1,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

as per tender documents

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

LOT2 - Major Capital Works Between £1 Million and £12Million

Lot No

2 (Two)

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent

II.2.4) Description of the procurement

To deliver capital projects between the value of £1M and £12M
Typical Works Activity:
• Medium / Major internal refurbishment of existing buildings
• Repairs to the external envelope of existing buildings such as roof and window replacement
• New build projects
• Enabling works
• External works such as car parking, hard and soft landscaping and below ground drainage
• External Services including sub-stations

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: £12,000,000

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

LOT3 - Electrical and Mechanical Works up to a value of £1Million

Lot No

3 (Three)

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent

II.2.4) Description of the procurement

To deliver Capital Projects for Electrical and Mechanical Works
Typical Works Activity:
• Strip out works
• Power installation including sub-mains
• Small power
• Data / Communication
• Lighting installations
• Nurse call systems
• Access control
• Intruder alarm
• Fire alarm
• CCTV systems
• Earth and bonding
• Lightning protection
• Containment
• IPS / UPS systems
• Above ground drainage
• Hot and Cold water installations
• Heating systems
• Ventilation including AHU and chiller replacement
• HVAC systems
• VRF/VRV systems
• Medical gases
• BMS
• Testing and commissioning

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: £1,000,000

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the tender documents.

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 per tender documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

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

The tender is for a 48 months duration with no further extension

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

2 February 2024

Local time

12:00pm

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: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/