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
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.