Contract

Bathroom modernisation

  • Swindon Borough Council

F03: Contract award notice

Notice identifier: 2023/S 000-020124

Procurement identifier (OCID): ocds-h6vhtk-039821

Published 13 July 2023, 1:52pm



Section one: Contracting authority

one.1) Name and addresses

Swindon Borough Council

Swindon Borough Council, Civic Offices, Euclid Street

Swindon

SN1 2JH

Contact

Ms Jodie Wakefield

Email

JWakefield@swindon.gov.uk

Telephone

+44 7392102892

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

http://www.swindon.gov.uk/

Buyer's address

http://www.swindon.gov.uk/

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

Bathroom modernisation

Reference number

DN651188

two.1.2) Main CPV code

  • 45211310 - Bathrooms construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Bathroom Modernisation Programme

Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of a Bathroom Modernisation Programme

Project Description

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works.

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

Lots

The tender will be split into three lots with approximate equal properties and values allocated to each lot.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total period of 5-years

Each lot will consist of approximately 213 bathrooms to be completed over the course of 1-year

ONLY ONE LOT CAN BE WON BY EACH CONTRACTOR

The initial contract term will be for 3-years with an option to extend for a further 2- years with a potential total contract term of 5 years from 2023 to 2028 as stated in the ITT documents. The estimated spend is approximately £10.8m across the initial 3-year contract term and approximately £18m across 5-year contract term.

Full details relating to the works are provided in the tender documents.

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: £20,251,309.40

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715300 - Plumbing equipment
  • 44112200 - Floor coverings
  • 44115210 - Plumbing materials
  • 44411000 - Sanitary ware
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 1 refers to a geographical area of Swindon Borough. Full details are included in the tender.

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.2.5) Award criteria

Quality criterion - Name: 6.1.5 Project Management and Delivery / Weighting: 10.5

Quality criterion - Name: 6.1.4 Customer and KPI's / Weighting: 7.5

Quality criterion - Name: 6.1.1 Mobilization and Project Plan / Weighting: 7

Quality criterion - Name: 6.1.2 Quality Assurance of Work Standards / Weighting: 5

Quality criterion - Name: 6.1.3 Managing Health and Safety / Weighting: 5

Quality criterion - Name: 6.1.6 Social Value / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract is 3 years with the option to extend for a further two years for a total of 5 years.

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715300 - Plumbing equipment
  • 44112200 - Floor coverings
  • 44115210 - Plumbing materials
  • 44411000 - Sanitary ware
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 2 is a geographical area as described in the tender documents

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.2.5) Award criteria

Quality criterion - Name: 6.1.5 Project Management and Delivery / Weighting: 10.5

Quality criterion - Name: 6.1.4 Customer and KPI's / Weighting: 7.5

Quality criterion - Name: 6.1.1 Mobilization and Project Plan / Weighting: 7

Quality criterion - Name: 6.1.2 Quality Assurance of Work Standards / Weighting: 5

Quality criterion - Name: 6.1.3 Managing Health and Safety / Weighting: 5

Quality criterion - Name: 6.1.6 Social Value / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract is 3 years with the option to extend for a further two years for a total of 5 years.

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 39144000 - Bathroom furniture
  • 39715300 - Plumbing equipment
  • 44112200 - Floor coverings
  • 44115210 - Plumbing materials
  • 44411000 - Sanitary ware
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 3 is for a geographical region of Swindon. please see tender for full details.

The works comprise of the refurbishment of bathrooms to the housing portfolio within the Borough of Swindon. Work is to include the provision of labour, materials, plant and installation in compliance with the Specification, to render the services fully commissioned and operational. The works are to comply with relevant manufactures instructions, British Standards, COPs and all statutory English law, statutory obligations, local authority requirements and Bye Laws.

The main contract services shall include (but not be limited to) the following:

• Tennant liaison duties

• Surveying services

• Decommissioning and strip out

• Disposal of waste material and arising spoil from site

• Builders work and making good in connection with the works

• Plumbing works

• Above ground drainage

• Electrical installation

• Testing and commissioning

• Labelling

• Documentation

• Flooring works & ventilation works

The tender will be split into three lots with approximate equal properties and values allocated to each lot. Evaluation of each lot will be undertaken separately. Bidders can submit a tender for each of the Lots (in line with the tender documentation) however the Council is seeking to appoint three separate contractors therefore a maximum of only one lot can be won by each contractor.

It is the Operations and Housing team’s intention to deliver approximately 640 bathrooms and associated works over the course of each year for a total potential contract period of 5-years (initial term 3 years with option to extend)

Each lot will consist of approximately 213 bathrooms to be completed over the course of each contract year. Volumes are not guaranteed.

two.2.5) Award criteria

Quality criterion - Name: 6.1.5 Project Management and Delivery / Weighting: 10.5

Quality criterion - Name: 6.1.4 Customer and KPI's / Weighting: 7.5

Quality criterion - Name: 6.1.1 Mobilization and Project Plan / Weighting: 7

Quality criterion - Name: 6.1.2 Quality Assurance of Work Standards / Weighting: 5

Quality criterion - Name: 6.1.3 Managing Health and Safety / Weighting: 5

Quality criterion - Name: 6.1.6 Social Value / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the contract is 3 years with the option to extend for a further two years for a total of 5 years.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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 000-001394


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

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

five.2.3) Name and address of the contractor

Ian Williams Limited

Quarry Road

Chipping Sodbury

BS37 6JL

Country

United Kingdom

NUTS code
  • UKK11 - Bristol, City of
The contractor is an SME

No

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

Total value of the contract/lot: £3,740,134.50


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

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

five.2.3) Name and address of the contractor

Snape Contracting Services Limited

Willow End,

Bishops Cleeve

GL52 7DG

Country

United Kingdom

NUTS code
  • UKK13 - Gloucestershire
The contractor is an SME

Yes

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

Total value of the contract/lot: £4,258,020.99


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

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

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

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

five.2.3) Name and address of the contractor

PiLON Limited

The Columbia Centre

Bracknell

RG12 1LP

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

Yes

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

Total value of the contract/lot: £4,152,630.15


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Swindon Borough Council

Swindon

Country

United Kingdom