Section one: Contracting authority
one.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR1 2DH
Contact
Che Metcalf
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/norfolkcc/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/norfolkcc/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/norfolkcc/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
Decarbonisation of NCC Estate - Building Contractor
Reference number
NCCT42484
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Norfolk County Council wishes to appoint a Contractor to undertake a programme of decarbonisation and ancillary works on a design and build basis, encompassing 94 sites owned by the Council throughout the county. The sites are split into four categories by occupancy type as follows: Category 1 - Community Hubs and offices Category 2 - Domestic (children’s homes and 16+ accommodation) Category 3 - Fire and Rescue Services Category 4 - Libraries and Museums.
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
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Norfolk
two.2.4) Description of the procurement
The appointed contractor will manage the programme across all categories with the goal being to eliminate the use of scope 1 fossil fuel across the estate, apart from a possible small number of exceptions where retrofit is not technically feasible. Any contract awarded under the framework will be on a design & build basis, which must be compliant with PAS 2030 & PAS 2038. PAS 2038 compliant surveys have been undertaking providing RIBA stage 1 detail of recommendations and selected measures. Any work will differ site to site. Key works that are present at most sites are listed below:1. Removal of fossil fuel heating and hot water systems2. Replacing heating and hot water systems electric powered, electric predominantly to Air Source Heat Pumps (ASHPs)3. Fabric repairs and improvements to ensure the ASHPs work efficiently including draft proofing, insulation upgrade of walls and roofs, replacement windows and doors including secondary glazing, BMS system, low energy lighting, lighting controls, PV arrays and removal of gas meters. In addition, to these decarbonisation works, there will also be additional repairs and small construction related projects at some sites to be included in the programme.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Due to the cost of preparing the tender, bidders need to have a reasonable chance of being successful.
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
two.2.14) Additional information
The duration given in Section II.2.7 is the potential full duration of the framework. The initial duration will be 48 months. The framework may be extended by a period of up to 24 months. Any extension granted will be exercisable only in respect of any client already using the framework at the point of extension.
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
Competitive dialogue
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Exceeding the normal four-year maximum for a framework is justified by the need to complete the programme of works.
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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 000-016446
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 October 2023
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 October 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The potential value of works under the proposed contract ranges between £22.5m-£90m including a small allowance for others who may use the contract. The Council intends to use this framework to deliver the programme of works necessary to decarbonise its estate and achieve its overriding 2030 Net Zero Carbon target. Initial Capital funding of £22.5M has been approved for the first 2 years of the programme. As the programme progresses, subsequent capital funding requests will be submitted to request the further spend required to complete the remainder of the programme. Although the aim is to complete the full programme, there is no guaranteed spend under this framework.The Broads Authority, any Norfolk district council and any NHS body in respect of buildings in Norfolk may also use the framework on a no-obligation basis.This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.
six.4) Procedures for review
six.4.1) Review body
NpLaw
Norwich
Country
United Kingdom