Construction Contract Leads
South West
Category Works
Type
No. of Lots 1
Status Active
Published 12th Apr 2024
Reference | ocds-h6vhtk-0451d7 |
Common Procurement Vocabulary | Refurbishment work |
Procurement Method | Open procedure |
Value | £7,800,000 |
South West
Category Works
Type
No. of Lots 1
Status Active
Published 12th Apr 2024
Reference | ocds-h6vhtk-0451d7 |
Common Procurement Vocabulary | Refurbishment work |
Procurement Method | Open procedure |
Value | £7,800,000 |
Section I: Contracting authority
I.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement
procurement [at] bcpcouncil.gov.uk
Telephone
+44 1202451410
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=f708e2ed-84f2-ee11-8129-005056b64545
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/Advert/Index?advertId=f708e2ed-84f2-ee11-8129-005056b64545
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Voids (Multi-Trade Refurbishment)
Reference number
DN717975
II.1.2) Main CPV code
- 45453100 - Refurbishment work
II.1.3) Type of contract
Works
II.1.4) Short description
Provision of multi-trade refurbishment for void properties within BCP Council owned social housing stock. The requirement is composed of two Lots: Lot 1 - Bournemouth and Lot 2 - Poole. Each Lot will predominantly cover the named area (Lot 1 - Bournemouth; Lot 2 - Poole). However, there may be the need for the supplier to undertake work across the entirety of the BCP conurbation (Bournemouth, Christchurch and Poole).
The multi-trade contract enables the refurbishment of housing voids at the end of occupation periods to ensure said voids are safe, fit for purpose and ready for reoccupation to enable new tenants to move in. Gas and heating works, and post void cleaning are not within scope of this opportunity.
The anticipated start date of the contract is August 2024. The contract will be for three years with the option to extend for a further four years in two year increments (3+2+2). Therefore, if all extensions were taken the full length of the contract would be for seven years.
II.1.5) Estimated total value
Value excluding VAT: £7,800,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45262690 - Refurbishment of run-down buildings
- 45453100 - Refurbishment work
II.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
II.2.4) Description of the procurement
The Council is seeking a supplier for the provision of multi-trade refurbishment for void properties within BCP Council owned social housing stock. The requirement is composed of two Lots: Lot 1 - Bournemouth and Lot 2 - Poole. Each Lot will predominantly cover the named area (Lot 1 - Bournemouth; Lot 2 - Poole). However, there may be the need for the supplier to undertake work across the entirety of the BCP conurbation (Bournemouth, Christchurch and Poole).
The multi-trade contract enables the refurbishment of housing voids at the end of occupation periods to ensure said voids are safe, fit for purpose and ready for reoccupation to enable new tenants to move in. Gas and heating works, and post void cleaning are not within scope of this opportunity.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
II.2.6) Estimated value
Value excluding VAT: £7,800,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The anticipated start date of the contract is August 2024. The contract will be for three years with the option to extend for a further four years in two year increments (3+2+2). Therefore, if all extensions were taken the full length of the contract would be for seven years.
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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
6 May 2024
Local time
2:00pm
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)
IV.2.7) Conditions for opening of tenders
Date
13 May 2024
Local time
2:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Strand
London
WC1A 2LL
Country
United Kingdom