Tender

BHCC HP Housing Adaptations Framework 2021

  • Brighton and Hove City Council

F02: Contract notice

Notice identifier: 2021/S 000-014798

Procurement identifier (OCID): ocds-h6vhtk-02c141

Published 29 June 2021, 11:02am



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Tall, Norton Road

Hove

BN3 3BQ

Contact

Mrs Claire Hutchinson

Email

Claire.Hutchinson@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.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/sesharedservices/aspx/Home

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/sesharedservices/aspx/Home

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/sesharedservices/aspx/Home

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

BHCC HP Housing Adaptations Framework 2021

Reference number

BHCC - 032874

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Housing Adaptations Service of the Council provides major adaptations works to individuals using the Council’s Housing Adaptations Service ("Service Users") (defined as those costing over £1,000 excluding VAT). The focus of the Works under the Framework Agreement will be the provision of Works in Council owned properties. However, Works in private properties will be required as part of the Disabled Facilities Grant scheme (DFG).Works will be based on what has been recommended as necessary and appropriate for the disabled person by the Occupational Therapist (OT) and must also be considered necessary and appropriate in line with the Housing Grants, Construction and Regeneration Act 1996. Work may also be ordered under local discretionary DFG policies.

two.1.5) Estimated total value

Value excluding VAT: £10,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

The Housing Adaptations Service of the Council provides major adaptations works to individuals using the Council’s Housing Adaptations Service ("Service Users") (defined as those costing over £1,000 excluding VAT) (the ‘Works’).The focus of the Works under the Framework Agreement will be the provision of Works in Council owned properties. However, Works in private properties will be required as part of the Disabled Facilities Grant scheme.Works will be based on what has been recommended as necessary and appropriate for the disabled person by the Occupational Therapist (OT) and must also be considered necessary and appropriate in line with the Housing Grants, Construction and Regeneration Act 1996. Work may also be ordered under local discretionary DFG policies.The Framework Agreement will start in November 2021 and run for 3 years. There will be an option to extend for a further year at the Council’s discretion.The Council will appoint up to a maximum of six bidders on the Framework Agreement

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: £10,400,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend for a further year at the Council’s discretion.The contract may be re-tendered prior to contract end to ensure continuity of the service.

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.1.2) 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

Envisaged maximum number of participants to the framework agreement: 6

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

It does not exceed 4 years.

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

Date

29 July 2021

Local time

10:00am

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

English

four.2.7) Conditions for opening of tenders

Date

29 July 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To expand the description of the contract in II.1.4 The works include (but not limited to): Access to garden  Access to house  Door widening  External rails  External structural work  Hard standings  Internal structural work  Kitchen adaptations  Level access showers  Over bath showers  Paths/ground works  Ramps  Wash & dry toilets Heating systemsThe Council embraces diversity and welcomes applications from all suitably skilled bidders of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of bidder workforce and/or ownership. The Council will actively promote sustainable and ethical procurement throughout its supply chain and welcomes applications from bidders committed to reducing the effects of its operations and service delivery at a local and global level. Further details as to the application of sustainable and ethical procurement to this project may be set out in the tender documents.All procurement documents must be completed electronically, using the SE shared services procurement eSourcing portal: https://intendhost.co.uk/sesharedservices/aspx/Tenders/Current. The SE shared services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity you will need to register your company on the SE shared services portal.By way of clarification, the values referred to are as follows:II.1.5) and II.2.6) — Value is based on a 3 year contract term and 12 month extension i.e. 4 years in total. This has been calculated using an estimate of £2.6m/year, with a split of £1.1m Council and £1.5m DFG.II.2.7) — End date excludes the extension option i.e. is for the initial 3 years only.IV.2.6) — The minimum time frame during which the bidder must maintain the tender is 6 months.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum of 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority or the lodging of an appeal before the contract is entered into. Such additional information should be requested from the contact point referenced in part 1.1) of the contract notice through the SE shared services portal.