Contract

Framework Agreement For Replacement Roof Works

  • Winchester City Council

F03: Contract award notice

Notice identifier: 2022/S 000-018504

Procurement identifier (OCID): ocds-h6vhtk-02c3ae

Published 6 July 2022, 2:41pm



Section one: Contracting authority

one.1) Name and addresses

Winchester City Council

Winchester City Council

Colebrook Street, Winchester

SO23 9LJ

Contact

Julie Mahoney

Email

procurement@winchester.gov.uk

Telephone

+44 1962814908

Country

United Kingdom

NUTS code

UKJ35 - South Hampshire

National registration number

00609812

Internet address(es)

Main address

https://www.winchester.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86482

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

Framework Agreement For Replacement Roof Works

Reference number

WCC/PROP/0002

two.1.2) Main CPV code

  • 45261900 - Roof repair and maintenance work

two.1.3) Type of contract

Works

two.1.4) Short description

Winchester City Council (the council) has a robust asset management plan and is committed to maintaining it’s housing stock in line with the national housing quality and decent homes standards and relevant legislation.

The council is responsible for c.5,000 properties across the Winchester district and has formulated a 30 year maintenance and replacement programme which identifies roofing replacement works and due dates and the Council has engaged external contractors via a framework to undertake the works.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £16,100,000

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261910 - Roof repair
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work

two.2.3) Place of performance

NUTS codes
  • UKJ35 - South Hampshire
Main site or place of performance

The District of Winchester

two.2.4) Description of the procurement

Winchester City Council (the council) has a robust asset management plan and is committed to maintaining it’s housing stock in line with the national housing quality and decent homes standards and relevant legislation.

The council is responsible for c.5,000 properties across the Winchester district and has formulated a 30 year maintenance and replacement programme which identifies roofing replacement works and due dates and the Council has engaged external contractors to undertake the works.

The council has appointed a maximum of six contractors to provide roof replacement works throughout the year across the District of Winchester via this framework agreement.

The framework is established for use by Winchester City Council only. It is envisaged circa 250 roofs p.a may be replaced across Winchester’s administrative district issuing work orders for roof replacement works although no guarantees can be given regarding anticipated volumes.

The contract area will cover Winchester, Alresford, Bishops Waltham, Denmead, Whiteley and Wickham and rural areas and villages surrounding these settlements. It encompasses an area of around 250 square miles

It was envisaged that the framework would be divided into two lots and applicants applied for one lot only and tender for work packages issued by the council based on two value bands; Lot 1 for work estimated to be <£250k and Lot 2 for work packages estimated to be ≥£250k.

Due to insufficient applicants for the council to operate the two separate Lots successfully and as set out in the tender documents the council is to operate the framework with a single Lot and any direct call – offs of a work package will be offered regardless of value in accordance with “Schedule 5 Tasks” of the Framework Agreement or via a mini competition.

The Framework Agreement will operate through a modified JCT Framework 2016 edition (as the main contract) with Work Packages or Orders being procured using Minor Works Building Contract 2016 or variation of with supplemental terms and conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Cost criterion - Name: Cost / Weighting: 60%

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.2.14) Additional information

The contract notice was published on Find a Tender Service on 05 July 2021. The Publication Reference: 2021/S 000-015419

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261910 - Roof repair
  • 45261900 - Roof repair and maintenance work
  • 45261920 - Roof maintenance work

two.2.3) Place of performance

NUTS codes
  • UKJ35 - South Hampshire
Main site or place of performance

Winchester District

two.2.4) Description of the procurement

Winchester City Council (the council) has a robust asset management plan and is committed to maintaining it’s housing stock in line with the national housing quality and decent homes standards and relevant legislation.

The council is responsible for c.5,000 properties across the Winchester district and has formulated a 30 year maintenance and replacement programme which identifies roofing replacement works and due dates and the Council has engaged external contractors to undertake the works.

The council has appointed a maximum of six contractors to provide roof replacement works throughout the year across the District of Winchester via this framework agreement.

The framework is established for use by Winchester City Council only. It is envisaged circa 250 roofs p.a may be replaced across Winchester’s administrative district issuing work orders for roof replacement works although no guarantees can be given regarding anticipated volumes.

The contract area will cover Winchester, Alresford, Bishops Waltham, Denmead, Whiteley and Wickham and rural areas and villages surrounding these settlements. It encompasses an area of around 250 square miles

It was envisaged that the framework would be divided into two lots and applicants applied for one lot only and tender for work packages issued by the council based on two value bands; Lot 1 for work estimated to be <£250k and Lot 2 for work packages estimated to be ≥£250k.

However, due to insufficient applicants for the council to operate the two separate Lots successfully and as set out in the tender documents the council is to operate the framework with a single Lot and any direct call – offs of a work package will be offered regardless of value in accordance with “Schedule 5 Tasks” of the Framework Agreement or via a mini competition.

The Framework Agreement will operate through a modified JCT Framework 2016 edition (as the main contract) with Work Packages or Orders being procured using Minor Works Building Contract 2016 or variation of with supplemental terms and conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Cost criterion - Name: Cost / Weighting: 60%

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.2.14) Additional information

The Contract notice was published on the Find a Tender Service on the 5 July 2021. Publication reference: 2021/S 000-015419


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2021/S 000-015419


Section five. Award of contract

Title

Framework Agreement For Replacement Roof Works (Lot 1 and Lot 2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cade Roofing and Building Services

Wellesley House, 204 London Road,

Waterlooville

PO7 7AN

Country

United Kingdom

NUTS code
  • UKJ31 - Portsmouth
National registration number

841285333

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £9,100,000 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract

Title

Framework Agreement for Replacement Roof Works (Lot 1 and 2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bell Decorating Group Limited

Bell Business Park, Rochsolloch Road

Airdrie

ML6 9BG

Country

United Kingdom

NUTS code
  • UKM84 - North Lanarkshire
National registration number

481234360

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £9,100,000 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract

Title

Framework Agreement For Replacement Roof Works (Lot1 and Lot2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Breyer Group Plc

Faringdon Avenue, Harold Hill,

Romford

RM3 8ST

Country

United Kingdom

NUTS code
  • UKH3 - Essex
National registration number

248 5045 55

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £9,100,000 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract

Title

Framework Agreement For Replacement Roof Works (Lot 1 and 2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Kingsley Roofing Ltd

15 Sea Lane, Ferring

Worthing

BN12 5DP

Country

United Kingdom

NUTS code
  • UKJ27 - West Sussex (South West)
National registration number

819270619

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £9,100,000 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract

Title

Framework Agreement For Replacement Roof Works Lot 1 and 2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

M&J Group (Construction & Roofing) Ltd

Hammond Rd, Elm Farm Industrial Estate

Bedford

MK41 0UD

Country

United Kingdom

NUTS code
  • UKJ12 - Milton Keynes
National registration number

33500980

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £9,100,000 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract

Title

Framework Agreement For Replacement Roof Works (Lot 1 and 2)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Milestone Contracting Limited

6 Beauchamp Court 10 Victors Way, Chipping Barnet

Barnet

EN5 5TZ

Country

United Kingdom

NUTS code
  • UKI71 - Barnet
National registration number

349379256

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £9,100,000 / Highest offer: £15,000,000 taken into consideration


Section six. Complementary information

six.3) Additional information

Due to insufficient applicants for the council to operate the two separate Lots successfully and as set out in the tender documents the council is to operate the framework with a single Lot and any direct call – offs of a work package will be offered regardless of value in accordance with “Schedule 5 Tasks” of the Framework Agreement or via a mini competition.

six.4) Procedures for review

six.4.1) Review body

London High Court of England and Wales

London

Telephone

+44 2079477156

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Service Lead – Legal Services Winchester City Council

City Offices, Colebrook Street

Winchester

SO23 9LJ

Telephone

+44 1962840222

Country

United Kingdom