Opportunity

Decoration & Minor Pre-decoration Repairs Framework 2024

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice reference: 2024/S 000-007903

Published 12 March 2024, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UJ

Email

procurement.support@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ36 - Central Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.hants.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/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

Decoration & Minor Pre-decoration Repairs Framework 2024

Reference number

CC19797

two.1.2) Main CPV code

  • 45451000 - Decoration work

two.1.3) Type of contract

Works

two.1.4) Short description

Hampshire County Council (the Council) is looking to establish a Decorations and Minor Pre-decoration Repairs Framework for various works delivered via a multi-lot, multi-contractor Framework Agreement that caters for Hampshire County Council (schools and non-education) and other named authorities.

Hampshire County Council's Property Services manage and maintain a large portfolio of properties on behalf of Hampshire County Council (HCC). Within this portfolio of properties, other directorates provide key services to the residents of Hampshire. It is essential that the buildings remain operational, to support the delivery of these services, and provide a safe and functional environment for the users and visitors.

As part of its maintenance programme, the Council undertakes external re-decorations of the built estate. Pre-decoration repairs will encompass repair or renewal of any element of the building which, if left unattended, would result in the premature deterioration of the decorative coating or of the building fabric itself. Work will fall under the following general headings:

• Joinery

• Glazing

• Rain water disposal goods

• Pointing

• Rendering

• Applied finishes

• Clearing flat roofs, including gullies and outlets of debris

• Washdowns of buildings

The scope of the framework will include a variety of individual projects and programmes of external and internal decoration works and pre-decoration repairs including the use of fixed scaffolding and mobile access systems, associated glazing, guttering and joinery repairs and washdowns to buildings and structures as directed.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

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

Individual / simple projects and/or programmes of decoration and repair work up to the value of £75K

Lot No

1

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings

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
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKL - Wales
Main site or place of performance

This contract will predominantly operate in the County of Hampshire, however some properties on the Isle of Wight, in Wiltshire, Dorset and Somerset, Berkshire, Surrey and 2 activity centres in the Brecon Beacons in Wales.

two.2.4) Description of the procurement

• Lot 1 - Individual projects up to the value of £75K (typically the projects will be low value internal decoration works with a fast turnaround period expected); established with 4 contractors.

The Council will primarily look to award works on a rotational basis, though will retain the option to run a mini-competition. The rotational award system will look to reduce the administrative process for the Council and contractors with the associated tendering costs and increased speed of award, whilst securing pricing based around the National Schedule of Rates to allow for clear and transparent pricing when developing the project requirements.

The rotational system will allow for work to be shared amongst contractors to ensure a suitable capacity to undertake ongoing works. Contractors will be assessed against set Key Performance Indicators in the delivery of any project. Contractors need to ensure these KPI's are delivered to satisfactory levels or this could result in subsequently missing a rotation in the next award schedule.

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: £7,500,000

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

Start date

1 June 2024

End date

30 May 2028

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

Complex individual projects and/or programmes of decoration and repair work above £75K

Lot No

2

two.2.2) Additional CPV code(s)

  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45451000 - Decoration work
  • 45452000 - Exterior cleaning work for buildings
  • 45453000 - Overhaul and refurbishment 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
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
  • UKK2 - Dorset and Somerset
  • UKL - Wales
Main site or place of performance

This contract will predominantly operate in the County of Hampshire, however some properties on the Isle of Wight, in Wiltshire, Dorset and Somerset, Berkshire, Surrey and 2 activity centres in the Brecon Beacons in Wales.

two.2.4) Description of the procurement

Lot 2 - Complex individual projects and/or programmes of work above £75K with no maximum project limit established with 6 to 7 contractors

The Council will primarily look to award works on a rotational basis, though will retain the option to run a mini-competition. The rotational award system will look to reduce the administrative process for the Council and contractors with the associated tendering costs and increased speed of award, whilst securing pricing based around the National Schedule of Rates to allow for clear and transparent pricing when developing the project requirements.

The rotational system will allow for work to be shared amongst contractors to ensure a suitable capacity to undertake ongoing works. Contractors will be assessed against set Key Performance Indicators in the delivery of any project. Contractors need to ensure these KPI's are delivered to satisfactory levels or this could result in subsequently missing a rotation in the next award schedule.

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: £17,500,000

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

Start date

1 June 2024

End date

31 May 2028

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


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: 2023/S 000-023529

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

Date

22 April 2024

Local time

2:00pm

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

22 April 2024

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

How to obtain the Tender Documents

The Tender documents can be accessed when logged into In-Tend by selecting 'View Details' on the relevant tender advert and clicking the 'Express Interest' tab.

Opting In and Out

Please note you are required to 'Opt In' before you can access the 'My tender Return' to start populating your response.

The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to the this tender along with the opportunity of providing comments and feedback for this decision.

You can choose to 'Opt In' at any time during the tender process if you initially decided to 'Opt Out'. Please note you are required to 'Opt In' to view and complete the Questionnaires for this project.

Further Guidance

In addition, guidance on how to participate in a tender - download and upload documents / returns and if required, register your company (free of charge), can be found on the In-tend site under the 'Help' or 'Information for Suppliers' buttons.

Receiving Notification Emails

To ensure you receive email alerts and notifications from our system, please add the email domain '@in-tend.co.uk' to your Safe Senders list

Other Contracting Authorities:

The framework agreement will also be available for use by the following participating public sector and local authority organisations within Hampshire and Isle of Wight, Berkshire, Wiltshire, Surrey, West Sussex, Dorset, Bournemouth, Christchurch and Poole, and Wales.

• Local Authorities

• County Councils

• Unitary Authorities

• City Councils

• District and Borough Councils

• Town & Parish Councils

• Government Departments

• Universities, Further & Higher Education establishments

• National Park Authorities

• Housing Associations

• Police Authorities, Fire and Rescue Services and all other Emergency Service organisations

• Health Services, NHS Trusts and Foundation Trusts

• All Schools within the State education system, including Maintained & Federated schools, Academies, Multi-Academy Trusts and Free schools, all Faith/Diocese schools

• Nursery schools maintained by a local Authority

• Ministry of Defence establishments

• HCC Activity Centres in the Brecon Beacons in Wales

It further includes successors to those that currently exist.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom