Tender

Bathroom modernisation

  • Swindon Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-001394

Procurement identifier (OCID): ocds-h6vhtk-039821

Published 17 January 2023, 12:42pm



Section one: Contracting authority

one.1) Name and addresses

Swindon Borough Council

Swindon Borough Council, Civic Offices, Euclid Street

Swindon

SN1 2JH

Contact

Mr Mark Wright

Email

mwright@swindon.gov.uk

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

http://www.swindon.gov.uk

Buyer's address

http://www.swindon.gov.uk/

one.3) Communication

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

www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.supplyingthesouthwest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bathroom modernisation

Reference number

DN651188

two.1.2) Main CPV code

  • 45211310 - Bathrooms construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of a Bathroom Modernisation Programme

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715300 - Plumbing equipment
  • 44112200 - Floor coverings
  • 44115210 - Plumbing materials
  • 44411000 - Sanitary ware
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 1 refers to a geographical area of Swindon Borough. Full details are included in the tender.

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract is 3 years with the option to extend for a further two years for a total of 5 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715300 - Plumbing equipment
  • 44112200 - Floor coverings
  • 44115210 - Plumbing materials
  • 44411000 - Sanitary ware
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 2 is a geographical area as described in the tender documents

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract is 3 years with the option to extend for a further two years for a total of 5 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715300 - Plumbing equipment
  • 44112200 - Floor coverings
  • 44115210 - Plumbing materials
  • 44411000 - Sanitary ware
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 3 is for a geographical region of Swindon. please see tender for full details.

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract is 3 years with the option to extend for a further two years for a total of 5 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

In the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

17 February 2023

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

17 February 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Swindon Borough Council

Swindon

Country

United Kingdom