Tender

24/011 AdaptAble Homes Tamworth (Tamworth Borough Council) Adaptations Contractors Framework

  • Tamworth Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-005402

Procurement identifier (OCID): ocds-h6vhtk-04e2c4

Published 17 February 2025, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

Tamworth Borough Council

Marmion House, Lichfield Street

Tamworth

B79 7BZ

Contact

Jennifer Getliff

Email

procurement@tamworth.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.tamworth.gov.uk

one.3) Communication

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

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

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/tamworthbc

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

24/011 AdaptAble Homes Tamworth (Tamworth Borough Council) Adaptations Contractors Framework

Reference number

24/011

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Tamworth Borough Council is looking to enhance their service offer by creating a contractor framework to deliver adaptation work through the Disabled Facilities Grant and Council Adaptations programme to improve quality, efficiency, and effectiveness . The Council is seeking a number of suitably qualified and experienced contractors to work with over the next 2 to 4 years to deliver works under this programme. The contractors will offer a high standard of quality, customer care, Social Value and value for money and to work proactively with the AdaptAble Homes Tamworth (AHT) service to develop our offer to residents throughout the borough of Tamworth. The works undertaken through the AHT Service, and this Framework include:• Works to improve access, including ramps and door-widening;. Specialist equipment such as wash/dry toilets;• Level access showers (LAS) and adapted bathing / toilet solutions;• Purpose built extensions and internal property reconfigurations

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Simple Adaptations

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Tamworth

two.2.4) Description of the procurement

Works may include, but not limited to:Bathroom alterations such as:Level access showers / wetroomsRetrofitting shower over bathBraddan tray installationsInstallation / coordination of specialist equipment installs such as wash/dry toilets etc.Access Works:Permanent rampsGarden access / safety worksDoor widening / alterationsDoor opening systemsOther:Small build worksProprietary worksProperty safety worksMinor kitchen adaptationsGalvanized rails

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

24

This contract is subject to renewal

Yes

Description of renewals

Specification to be reviewed annually or as such time as legislation dictates. Pricing Schedule is open to review annually based on business case and terms laid out in the specification.

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

two.2) Description

two.2.1) Title

Modular ramping

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Tamworth

two.2.4) Description of the procurement

Modular ramping provision, including:InstallationRefurbishment / cleaningStorageRe-use

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

24

This contract is subject to renewal

Yes

Description of renewals

Specification to be reviewed annually or as such time as legislation dictates. Pricing Schedule is open to review annually based on business case and terms laid out in the specification.

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

two.2) Description

two.2.1) Title

Major and complex adaptations

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Tamworth

two.2.4) Description of the procurement

Works may include, but not limited to:ExtensionsProperty conversions e.g., garageProperty reconfigurationsKitchen adaptationsExternal works, e.g., provision of hardstanding, paving or larger garden works etc.

two.2.5) Award criteria

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

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Specification to be reviewed annually or as such time as legislation dictates. Pricing Schedule is open to review annually based on business case and terms laid out in the specification.

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

NICEIC or equivalent (where required)Gas safe .CHAS accreditation at Elite Membership Level and/or Constructionline Gold Membership Level.


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

Envisaged maximum number of participants to the framework agreement: 11

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

1 April 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 April 2025

Local time

12:00pm

Place

Electronically with 2 users


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

See V1.4.3 below

See V1.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) 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. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be "ineffective.