Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
LEICESTER
LE19 1ES
Contact
Place & Environment Procurement Team
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
12_23 Building Materials
Reference number
12_23
two.1.2) Main CPV code
- 44111000 - Building materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
An ESPO national framework agreement which offers customers access to an extensive range of building material supplies.
To tender: (a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '12_23' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender from the website (documents can be found in the first question of the Online Questionnaire, but to see these you will first need to click on "Start my response" followed by "Edit" next to the Question set, and "Answer question" next to the first question).
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - One Stop Shop
Lot No
1
two.2.2) Additional CPV code(s)
- 14212000 - Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gravel mixtures and other aggregates
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 34928220 - Fencing components
- 34928310 - Safety fencing
- 39122100 - Cupboards
- 39141000 - Kitchen furniture and equipment
- 39144000 - Bathroom furniture
- 39224210 - Painters' brushes
- 39298900 - Miscellaneous decoration items
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39812500 - Sealants
- 42130000 - Taps, cocks, valves and similar appliances
- 42500000 - Cooling and ventilation equipment
- 42650000 - Pneumatic or motorised hand tools
- 43132300 - Drills
- 43320000 - Construction equipment
- 43413100 - Cement mixers
- 43830000 - Power tools
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45340000 - Fencing, railing and safety equipment installation work
- 45451000 - Decoration work
- 79931000 - Interior decorating services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 is for the provision of the supply of all building materials covered under the scope of Lots 2 - 8 from a single supplier.
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: £36,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 2 - Building Materials
Lot No
2
two.2.2) Additional CPV code(s)
- 14212000 - Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gravel mixtures and other aggregates
- 39812500 - Sealants
- 42500000 - Cooling and ventilation equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 covers the provision of general building materials including, but not limited to, timber, aggregates, bricks and blocks, ironmongery, roofing, doors & windows, tools and hardware such as screws, plugs etc.
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: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 3 - Plumbing and Bathrooms
Lot No
3
two.2.2) Additional CPV code(s)
- 39144000 - Bathroom furniture
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 42130000 - Taps, cocks, valves and similar appliances
- 44115200 - Plumbing and heating materials
- 44160000 - Pipeline, piping, pipes, casing, tubing and related items
- 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 covers the provision of plumbing and bathroom building materials including, but not limited to, boilers, gas spares, radiators, piping, valves, connections, boilers, radiators, bathroom suites and spares etc.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 4 - Kitchens
Lot No
4
two.2.2) Additional CPV code(s)
- 39122100 - Cupboards
- 39141000 - Kitchen furniture and equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 covers the provision of kitchen materials including, but not limited to, cupboard units, worktops, taps, sinks.
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
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 5 - Electrical
Lot No
5
two.2.2) Additional CPV code(s)
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 5 covers the provision of electrical materials including, but not limited to, indoor and outdoor lighting, consumer units, cables, connections, switches, sockets and smoke alarms etc.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 6 - Paint and Associated Products
Lot No
6
two.2.2) Additional CPV code(s)
- 39224210 - Painters' brushes
- 39298900 - Miscellaneous decoration items
- 44111400 - Paints and wallcoverings
- 44800000 - Paints, varnishes and mastics
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6 covers the provision of paint and associated products including, but not limited to, interior and exterior paint, emulsion, gloss, satin, primer and undercoat etc.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 7 - Fencing
Lot No
7
two.2.2) Additional CPV code(s)
- 34928220 - Fencing components
- 34928310 - Safety fencing
- 44231000 - Made-up fencing panels
- 44312000 - Fencing wire
- 44313100 - Wire-mesh fencing
- 45340000 - Fencing, railing and safety equipment installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 7 covers the provision of fencing including, but not limited to, metal and timber fencing such as welded mesh, bow top, vertical bar fencing, knee rail fencing, hit and miss boards and playground fencing etc.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 8 - Small Plant Items
Lot No
8
two.2.2) Additional CPV code(s)
- 42650000 - Pneumatic or motorised hand tools
- 43132300 - Drills
- 43320000 - Construction equipment
- 43413100 - Cement mixers
- 43830000 - Power tools
- 44511500 - Hand saws
- 44511510 - Handsaw blades
- 44512800 - Screwdrivers
- 44512900 - Drill bits, screwdriver bits and other accessories
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 8 covers the provision of small plant items including, but not limited to, hand-held power tools (Drills, Saws etc.) and small construction equipment (cement mixers, wacker plates, etc).
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2023
End date
30 April 2025
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 framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
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
The financial stability of tenderers will not be assessed as part of this procurement exercise, but will be monitored during the contract terms.
Note: Tenderers are referred to clause 26.8 of the Framework Agreement which allows ESPO to terminate the Framework in the event of a material detrimental change in the financial standing and/or rating of a Supplier. ESPO shall obtain a credit score (determined by the use of a credit rating agency) for the Supplier on or before the Framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the Supplier from the Framework.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
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: 2022/S 000-028302
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 March 2023
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
13 March 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
LONDON
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.