Opportunity

Hampshire County Council Minor Works Framework

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice reference: 2021/S 000-005025

Published 12 March 2021, 11:12am



The closing date and time has been changed to:

30 June 2021, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238ZB

Contact

Procurement Support

Email

procurement.support@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

https://www.hants.gov.uk

Buyer's address

https://in-tendhost.co.uk/hampshire

one.3) Communication

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

https://in-tendhost.co.uk/hampshire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hampshire

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

Hampshire County Council Minor Works Framework

Reference number

CO15950 / F07244

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Minor Works Framework (MWF 2021-2025) to deliver a wide range of general building works such as repairs, maintenance, refurbishments, recladding, extensions, and some smaller new build projects to the estates of the framework users.

Buildings types will include but not limited to, schools, offices, libraries, social services properties, police & fire stations

The framework is split into seven (7) lots, each chosen to cover the varied minor works identified by Hampshire County Council and to match the type of works with experienced suppliers.

two.1.5) Estimated total value

Value excluding VAT: £130,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers can bid for up to two Lots and note below.

Tenderers can bid for either General Building Works Lot 1 or Lot 2 but not both.

two.2) Description

two.2.1) Title

Lot 1 General Building Works £1-£100k

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 1 (General Building 1) - This Lot is primarily for low value (up to £100k) building fabric works within the public sector estates.

Work in this Lot will be the most varied of all the lots in the MWF and will include general building works of all types, internal and/or external to buildings.

• External building fabric repairs and maintenance

• Gutters, fascia, downpipes, roofs, render, brick, stone, windows, doors

• Internal building repairs

• Vandal damage, water damage, repairs to doors, windows, replacement flooring, kitchen and toilet area repairs, redecorations, minor alterations

• Selective interventions throughout an existing building

• Small internal building refurbishments and alterations

• New and refurbished kitchens, toilet areas, shower rooms and cloak rooms

• Fire protection works (doors, ceiling voids, escape doors)

• Refurbishments (new ceilings, lighting, partitions, wall openings, flooring, fixtures, doors, sinks)

• Flood and fire damage repairs

• Disabled access upgrades - ramps, handrails, doors

• Small extensions

• Kitchen blocks, toilet blocks, plant rooms

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Lot 2 General Building Works £100k-£1M

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 2 (General Building 2) - This Lot is for building fabric works from £100k-£1m.

Examples of this work might include larger, more complex and extensive:

• Larger internal/external building refurbishments and alterations

• New and refurbished kitchens

• New and refurbished toilet areas, shower rooms and cloak rooms

• Fire protection works (doors, ceiling voids, escape doors)

• Teaching area refurbishments (new ceilings, lighting, partitions, wall openings, flooring, fixtures, doors, sinks)

• Office area alterations and refurbishments

• Flood and fire damage repairs

• Disabled access upgrades - ramps, handrails, doors

• Science laboratory refurbishments

• Computer teaching areas

• Large extensions

• Kitchen blocks, toilet blocks, plant rooms, classrooms

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Lot 3 SCOLA Recladding

Lot No

3

two.2.2) Additional CPV code(s)

  • 45262650 - Cladding works

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 3 (SCOLA) - This Lot is for any necessary recladding works on the public estates up to a value of £3m.

Examples of this work might include:

• Re-cladding of a single free standing building

• Re-cladding of a suite of buildings on a specific campus

• Re-cladding of specific embedded buildings within other newer or older existing buildings

• Re-cladding of a whole school.

• Works may also include re-roofing and may at times be multi phased with formal Sectional Completion stages of work.

• It is common for there to be a Contractor Design Portion (CDP) for the cold rolled steelwork sub-contract and thus Professional Indemnity Insurance will be required on the majority of projects.

• Removal of asbestos by a specialist as part of the contract

• Dismantling of elements of the fabric to be replaced

• Installation of a hot rolled steel primary structure that connects to the existing building frame

• Re-cladding with either render and/or brick slips

• Window/door/screen installation

• Internal lining and making good.

• External making good and ancillary works

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Lot 4 Doors and Windows

Lot No

4

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 4 (Windows & Doors) - This Lot is for the installation and/or rectification of any Windows and Doors up to a value of £500k.

Examples of this work might include:

• Minor alterations and repairs to windows

• Re-glazing works

• Single one-off window replacement

• Programmes of repeat work across a number of premises

• Window replacement of all windows in a specific premises.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Lot 5 Roofing

Lot No

5

two.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 5 (Roofing) - This Lot is for any roofing works to a value of £500k.

Examples of this work might include:

• Minor alterations and repairs to roofs;

• Single one-off roof re-tiling or recovering;

• Programmes of roof re-tiling or recovering work across a number of premises;

• Large re-tiling or recovering work over a specific premises.

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Lot 6 Mechanical

Lot No

6

two.2.2) Additional CPV code(s)

  • 45350000 - Mechanical installations

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 6 (Mechanical) - This Lot is to cover all mechanical works to a value of £500k. Mechanical Works may consist of programmes comprising work on multiple sites. There may also be an element of related minor builders work, excavation and reinstatement and/or asbestos management activities in connection with the works.

The typical type of works will be:

• Boiler, gas fired water heater or calorifier replacements

• Pipework modifications or smaller scale replacement (domestic water & heating)

• Associated elements including controls, thermal insulation, asbestos management, building penetrations and making good, boxing of pipes, minor decorations and making good

• Excavations and reinstatement etc. for external services installation

• Ventilation works to spaces for catering areas, general occupied spaces and changing/shower rooms

• Installation or replacement of air conditioning or comfort cooling systems

• Plant replacement schemes; boilers, chillers and their associated equipment

• Pipework infrastructure replacement

• External pipework infrastructure replacement

• Automatic controls renewal or reconfigurations

• Programmes comprising work on multiple sites

two.2.5) Award criteria

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

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) Description

two.2.1) Title

Lot 7 Electrical

Lot No

7

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ25 - West Surrey
  • UKJ26 - East Surrey
  • UKJ27 - West Sussex (South West)
  • UKJ28 - West Sussex (North East)
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
Main site or place of performance

UKJ35, UKJ36, UKJ37

two.2.4) Description of the procurement

Lot 7 (Electrical) - This Lot is to cover all electrical works to a value of £500k. Electrical Works may consist of programmes comprising work on multiple sites. There may also be an element of related minor builders work, excavation and reinstatement and/or asbestos management activities in connection with the works.

The typical type of works will be Lighting & Emergency lighting improvements and replacements to:

• Internal and external lighting

• Controls and control systems

• New lighting installations

• Distribution systems

• Main/submain panels & boards

• Rewiring submains & subcircuits

• Earthing Systems

• Computer systems

• Other systems in conjunction with Electrical installations such as:

• Data system modifications/additions/installations

• Security & Access

• Fire precautions/alarm modifications/additions/installations

• Renewable technologies and Energy management systems, controls

• Lightning protection system installation or alteration

two.2.5) Award criteria

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

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


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

Framework Agreement and works contracts as stated in the procurement documents


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

Originally published as:

Date

30 April 2021

Local time

2:00pm

Changed to:

Date

30 June 2021

Local time

2:00pm

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

30 April 2021

Local time

3:01pm


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

High Court of England and Wales

London

Country

United Kingdom