Tender

Building Retrofit & Refurbishment/Improvement Works Framework

  • Align Property Partners

F02: Contract notice

Notice identifier: 2025/S 000-002425

Procurement identifier (OCID): ocds-h6vhtk-04c7bf

Published 23 January 2025, 4:01pm



Section one: Contracting authority

one.1) Name and addresses

Align Property Partners

White Rose House,(2nd Floor), Northallerton Business Park, Thurston Road

Northallerton

DL6 2NA

Contact

Alison Dickinson

Email

Alison.Dickinson@northyorks.gov.uk

Telephone

+44 1609533450

Country

United Kingdom

Region code

UKE2 - North Yorkshire

Internet address(es)

Main address

https://www.alignpropertypartners.co.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104117

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89634&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89634&B=UK

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

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

Building Retrofit & Refurbishment/Improvement Works Framework

Reference number

Retrofit & Refurbishment

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

In Close Partnership with North Yorkshire Council, Align Property Partner operates as a commercial business to provide comprehensive, multi -disciplined property services to both public and private sector clients. Align Property Partners intend to appoint contractors to a multi provider framework. The work includes but is not limited to ; Insulation works Draught proofing work Air source heat pump installations Ground source heat pump installations Boilers and water tank replacements Heating control installations Solar PV and Battery Storage installations Double/Triple Glazing installations – windows and doors Energy efficient lighting installations Ventilation works General Refurbishment & repair works (new kitchens, bathrooms etc.) Meeting CDM requirements

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKE2 - North Yorkshire

two.2.4) Description of the procurement

In Close Partnership with North Yorkshire Council, Align Property Partner operates as a commercial business to provide comprehensive, multi -disciplined property services to both public and private sector clients. Align Property Partners intend to appoint contractors to a multi provider framework. The work includes but is not limited to ; Insulation works Draught proofing work Air source heat pump installations Ground source heat pump installations Boilers and water tank replacements Heating control installations Solar PV and Battery Storage installations Double/Triple Glazing installations – windows and doors Energy efficient lighting installations Ventilation works General Refurbishment & repair works (new kitchens, bathrooms etc.) Meeting CDM requirements

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: £300,000,000

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

Duration in months

48

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: No

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

List and brief description of conditions

To fulfill the requirements of PAS 2035 / PAS2030 and undertake works on this framework the contractor will need to be trustmark registered.

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.2.3) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice reference: 2024/S 000-040183

Published 12 December 2024, 8:16pm

four.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: 8

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-040183

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

Date

26 February 2025

Local time

12:00pm

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

English

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

‘To access the tender documents you must register your organisation details on the YORtender (Mercell) system at https://yortender.eu-supply.com/login.asp?B=YORTENDER.

To view details of this opportunity, log into your account and click on “CTM Published Tenders” link. Select “Quote/tender ID” from the “Text filter” drop down menu, enter retrofit into the “with keyword” filter and click the green Search button. The opportunity should then appear in the list below.

Click the name of the opportunity which will give an overview of the opportunity and click “Accept” if you wish to accept the invitation to tender. This will then allow you to download any documentation required, complete and upload the documents to the system. This must be done in advance of the deadline date.

If you require further information, guidance or support using YORtender there is a User Guide (pdf) on the home page. If you are having any technical issues there is a link to create a ticket as well as an e-mail address and telephone number on the phone page under the “Do you need technical support?” section.’

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Align Property Partners (APP) shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.

APP shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable.

Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.

six.4.4) Service from which information about the review procedure may be obtained

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice