Construction Tenders

22 May 2025

Related Information

Construction Contract Leads

North East

Category Works

Type

No. of Lots 1

Status Active

Published 12th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b5c0
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodOpen procedure
Value£8,000,000
More Tenders »

North East

Category Works

Type

No. of Lots 1

Status Active

Published 12th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b5c0
Common Procurement VocabularyWorks for complete or part construction and civil engineering work
Procurement MethodOpen procedure
Value£8,000,000

Section I: Contracting authority

I.1) Name and addresses

NORTH TYNESIDE COUNCIL

Quadrant

NEWCASTLE-UPON-TYNE

NE270BY

Contact

Christine Bordoli

Email

christine.bordoli [at] northtyneside.gov.uk

Telephone

+44 7583007237

Country

United Kingdom

NUTS code

UKC22 - Tyneside

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://my.northtyneside.gov.uk/

Buyer's address

https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities

I.3) Communication

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

https://www.open-uk.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.open-uk.org/

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

Contract 1 - Heating Installations - Programmed Works - 2025-27

Reference number

OPEN2024158

II.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

II.1.3) Type of contract

Works

II.1.4) Short description

The Authority invites suitably experienced Principal Contractors for the above Framework to provide a skilled service and provide the works for Heating Upgrades and Replacements

This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract. The Authority will require the successful Framework Suppliers to be acting the capacity of Principal Contractor under CDM regulations 2015 and the Authority will be the Client. The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract..

The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the Standard Selection Questionnaire (SSQ) included in the full Tender documents:

Gas Safe with ACS qualification and NICEIC or NAPIT

The initial duration is for 2 years with up to 2 x 12 months extension at the sole discretion of the Authority.

It is envisaged that 3 (three) successful Contractors will be appointed to the Framework.

The main areas of activity may comprise of, but not exclusively be limited to; programmes or individual projects including housing/residential installing gas fired central heating systems and carrying out associated works for programmed works which are to be completed in ether of the following forms; houses, flats, bungalows and blocks and any other properties owned by the Authority or its subsidiaries which may also include housing for sale.

Interested Suppliers must access the Tender documents for further information, which are available to download immediately after registering an interest in the North Eastern Procurement Organisation (NEPO) new ' OPEN' Portal system.

II.1.5) Estimated total value

Value excluding VAT: £8,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside
Main site or place of performance

Within the borough of North Tyneside

II.2.4) Description of the procurement

The Authority invites suitably experienced Principal Contractors for the above Framework to provide a skilled service and provide the works for Heating Upgrades and Replacements

This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract. The Authority will require the successful Framework Suppliers to be acting the capacity of Principal Contractor under CDM regulations 2015 and the Authority will be the Client. The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract..

The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the Standard Selection Questionnaire (SSQ) included in the full Tender documents:

Gas Safe with ACS qualification and NICEIC or NAPIT

The initial duration is for 2 years with up to 2 x 12 months extension at the sole discretion of the Authority.

It is envisaged that 3 (three) successful Contractors will be appointed to the Framework.

The main areas of activity may comprise of, but not exclusively be limited to; programmes or individual projects including housing/residential installing gas fired central heating systems and carrying out associated works for programmed works which are to be completed in ether of the following forms; houses, flats, bungalows and blocks and any other properties owned by the Authority or its subsidiaries which may also include housing for sale.

Interested Suppliers must access the Tender documents for further information, which are available to download immediately after registering an interest in the North Eastern Procurement Organisation (NEPO) new ' OPEN' Portal system.

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: £8,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial contract is for 24 months with an option to extend twice for up to 12 months after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The initial contract is for 24 months with an option to extend twice for up to 12 months after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.

II.2.14) Additional information

Award Criteria

The full detail's of the award criteria are included in the Tender Documents and it is envisaged that up to 3 Contractors will be appointed to the Framework.

Contract Start and initial duration

The Contract duration is initially for 24 months and the start date is anticipated to be 1st April 2025

Contract duration Framework and renewals

The initial contract is for 24 months with an option to extend twice for up to 12 months after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.

Accessing Tender documents

Interested Suppliers must access the Tender documents for further information, which are available to download immediately in the OPEN System after registering an interest via the link above. Unregistered Suppliers will be re-directed to a registration page, registration is free.


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

Industry Standard Accreditations required

Gas Safe with ACS qualification

NICEIC or NAPIT

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 stated in the Tender documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 3

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

12 December 2024

Local time

12:00pm

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

12 December 2024

Local time

12:01pm

Place

https://www.open-uk.org/opportunities

Information about authorised persons and opening procedure

Electronically opened by the Authority's Legal and Democratic Services Department


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.

VI.2) Information about electronic workflows

Electronic ordering will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice Technology and Construction Court

Court 7 Rolls Building

London

EC4A 1NL

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals/technology-and-construction-court