Tender

PP-10113 Hornchurch Academy Trust Small Building Works

  • Hornchurch Academy Trust

F02: Contract notice

Notice identifier: 2024/S 000-025709

Procurement identifier (OCID): ocds-h6vhtk-048aa8

Published 13 August 2024, 4:47pm



Section one: Contracting authority

one.1) Name and addresses

Hornchurch Academy Trust

Whybridge Junior School Blacksmiths Lane

Rainham

RM13 7AH

Contact

Irene Celis

Email

irene.celis@place-group.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

https://www.hornchurchacademy.org.uk/

Buyer's address

https://in-tendhost.co.uk/placegroup/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/placegroup/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/placegroup/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PP-10113 Hornchurch Academy Trust Small Building Works

Reference number

PP-10113

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This requirement is for the renewal of a multi-supplier framework agreement comprising of up to four suppliers of small building works up to a value of £99,999. It will include reactive building maintenance work, planned maintenance and minor alterations and improvements works. General minor works of an installation, maintenance and refurbishment nature including small capital works schemes.The Successful Suppliers shall offer the following:• Painting and Decorating• Plumbing• Electrical work• Small-medium building works• Glazing• Joinery• Heating Engineering (optional requirement)Suppliers must be able to provide all of the services listed in the bullet points above with the exception of heating engineering which is an optional requirement.This framework will not cover building works exceeding an individual value of £99,999.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45420000 - Joinery and carpentry installation work
  • 50800000 - Miscellaneous repair and maintenance services
  • 45451000 - Decoration work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45440000 - Painting and glazing work
  • 45442100 - Painting work
  • 45332200 - Water plumbing work
  • 45453100 - Refurbishment work
  • 45310000 - Electrical installation work
  • 71314310 - Heating engineering services for buildings

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKH1 - East Anglia
  • UKJ4 - Kent
  • UKH3 - Essex

two.2.4) Description of the procurement

This requirement is for a new multi supplier framework agreement for small building works which is expected to be used primarily by education establishments listed in Attachment 1 Brokerage Subscribers 2024 (subject to change). Over the life of the framework agreement, it is envisaged that additional schools in Havering and other neighbouring Local Authorities may subscribe to the Brokerage Service and therefore access the small build works and other frameworks on offer. An updated Attachment 1 may be provided at ITT stage.The Framework Agreement period will be for 3 years initially with the option to extend for an additional one-year extension. Suppliers that are appointed to the framework agreement, will be required to pay a rebate for each contract they are awarded following the mini-competition process. The rebate will be 2.5% (excluding VAT) of the total value of the contract that is awarded.The SpecificationThis requirement is for the renewal of a multi-supplier framework agreement comprising of up to four suppliers of small building works up to a value of £99,999. It will include reactive building maintenance work, planned maintenance and minor alterations and improvements works. General minor works of an installation, maintenance and refurbishment nature including small capital works schemes.The Successful Suppliers shall offer the following:• Painting and Decorating• Plumbing• Electrical work• Small-medium building works• Glazing• Joinery• Heating Engineering (optional requirement)Suppliers must be able to provide all of the services listed in the bullet points above with the exception of heating engineering which is an optional requirement.This framework will not cover building works exceeding an individual value of £99,999

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: £900,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the tendering documentation

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

Restricted 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: 4

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

n/a

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

13 September 2024

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom