Section one: Contracting authority
one.1) Name and addresses
Westmorland and Furness Council
South Lakeland House, Lowther Street
Kendal
LA9 4DQ
Contact
Ms Gwyneth Timson
procurement2@westmorlandandfurness.gov.uk
Telephone
+44 1768212268
Country
United Kingdom
NUTS code
UKD12 - East Cumbria
Internet address(es)
Main address
https://www.westmorlandandfurness.gov.uk/
Buyer's address
https://www.westmorlandandfurness.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
DPS - Property Maintenance Minor Works 2024-2028
Reference number
DN724161
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Round 1 appointments of suppliers to DPS - Property Maintenance Minor Works 2024-2028
rthe scope covers works related to a dynamic purchasing system (DPS) to carry out property maintenance and repair works up to the value of £100,000 (each) in various locations throughout the area of Westmorland and Furness Council (Barrow in Furness, South Lakeland and Eden areas).
The DPS is advertised on The Chest. Suppliers wishing to express an interest and obtain
access to the tender documents should go to www.the-chest.org.uk
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: £4,000,000
two.2) Description
two.2.1) Title
Lot 1 General Building Repair and Refurbishment
Lot No
1
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
two.2.4) Description of the procurement
General building Contractors who will carry out construction operations required on site for refurbishment and maintenance projects. The Contractor shall have the capacity to undertake all disciplines of work packages including:-
Carpentry and Joinery
Supply and installation of, joinery components for maintenance projects, including repairs, restoration and replacement of doors, windows, floors, staircases, skirting boards, architraves, window boards and bespoke items such as counters, cupboards, units, and panelling.
Contractors should note that on occasion these works are carried out on listed buildings, therefore the Contractor shall be required to work on restoration works such as sliding sash windows and ornate mouldings, timber floors
Masonry & Bricklaying (Internal & External Works)
Required to carry out all aspects of masonry and bricklaying trades including, but not limited to, repairs, replacement and building of brick and/or block walls (loadbearing or otherwise), forming of openings for windows and doors, retaining/boundary walls, repointing works, forming ramps and stairs, paving, stone repairs and columns.
Plastering and Drylining
Carry out all aspects of plastering and drylining services including but not limited to bond and skim, ornate, limelite, rendering (internally and externally), plaster boarding, tape and fill, bonding and patch repairs.
Other Works
Metal stud partition and damp proofing works, fencing, gates, below ground drainage, repairs and replacement roofing works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 97.5
Price - Weighting: 2.5
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) Description
two.2.1) Title
Lot 2 Mechanical & Electrical Contractors
Lot No
2
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
two.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
two.2.4) Description of the procurement
The outline scope of works are to include for the supply of all labour and materials to carry out a wide range of Mechanical & Electrical works across the whole of the Council’s property portfolio.
Mechanical projects shall range from:-
• minor/low value maintenance works and replacement of mechanical and plumbing plant, systems and equipment.
• Larger planned schemes for replacement of mechanical and plumbing plant, installations, systems and equipment. The supply and installation of new heating plant and equipment, predominantly gas fired but alternative fuels may be specified including biomass and oil. These schemes can range from small domestic through to larger complex installations plus hot and cold water services and above ground drainage.
The range of works shall include Low Temperature Hot Water heating installations and boiler plant along with ducted warm air and extract systems, Air Handling Unit equipment and associated ductwork installation.
Contractors must be a registered member of Gas safe and hold Building & Engineering Services Association (B&ES) qualifications and registered Chartered Institute of Plumbing and Heating Engineers (CIPHE) or Association of Plumbing and Heating Contractors APHC.
Electrical projects shall range from:-
• Carry out full electrical installation work in association with maintenance replacement and refurbishment projects. Carry out electrical installation inspection and testing work on all types of council properties, including
• Stripping out and replacement/installation of general lighting and power, containment, mains distribution and any other electrical service or equipment. Also emergency lighting systems, alarm and call bell systems.
On completion of any of the named works above an electrical certificate or commissioning certificate must be issued in accordance with the relevant British standards.
Contractors must be a registered member of an electrical safety scheme such as NIC EIC or equivalent.
Contractors shall include details of all trade membership bodies with their submissions for approval.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 97.5
Price - Weighting: 2.5
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) Description
two.2.1) Title
Lot 3 Roofing Contractors
Lot No
3
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
two.2.4) Description of the procurement
Carry out repairs and replacement roofing works in accordance with the contract documents for the project being tendered. As there are a wide range of roof covering methods and technologies available we have listed the most common types used on projects.
• Traditional Slate and Tiled pitched roofs
• Built up felt roofs
• Single Ply membrane roofs
• Liquid plastic roofs
• Profiled composite sheet roofing
• Mastic Polymer modified Asphalt
• Proprietary roof repair systems
• Flat roofs
Contractors shall be members of the National Federation of Roofing Contractors (NFRC), Confederation of Roofing Contractors (CORC) or equivalent.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 97.5
Price - Weighting: 2.5
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) Description
two.2.1) Title
Lot 4 Painting and Decorating Contractors
Lot No
4
two.2.2) Additional CPV code(s)
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
two.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
two.2.4) Description of the procurement
Carry out all aspects of the painting and decorating trade, to the internal and external of buildings as required. This covers all types of acrylic and oil based paint finishes as specified in the particular scheme which is being tendered. Contractors may also have the opportunity to tender for fire retardant paint coverings, especially to steel. Contractors may also be responsible for preparation works such as scraping, sanding, caulking, stain removal, filling and taping. Other duties may include wallpapering of varying quality products and specialist works such as marbling and gold leaf painting to our listed buildings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 97.5
Price - Weighting: 2.5
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) Description
two.2.1) Title
Lot 5: Asbestos Removal and Disposal
Lot No
5
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
two.2.4) Description of the procurement
Carry out removal, encapsulation of asbestos containing materials including disposal of hazardous waste for Projects within Council buildings and schools. For each project Contractors appointed will be invited to attend site to enable them to quote for the Works.
Emergency response – Contractors shall attend site with equipment to carry out remedial works within 2 hours of emergency being reported to them
All Contractors shall provide waste consignment notes with the invoice.
All contractors undertaking work on ACMs must hold membership of either ARCA, or the ACAD Division of TICA, and must hold an Asbestos Licence from the HSE Asbestos Licensing Unit.
The above requirements do not apply to non-licensable tasks in the following categories:
• Removal of asbestos cement materials such as roofing sheets and rainwater goods
• Toilet cistern and seat removal
• Vinyl floor covering material
• Gaskets removed by engineers.
However it is a requirement that all persons removing or working on the above items have received recognised training on working with non-licensable ACMs.
Contractors carryout asbestos related work must hold the minimum level of professional indemnity insurance cover as specified in the job contract. This is likely to be higher than normal levels of cover due to increased risk.
Contractors must comply with the Council’s Management of Asbestos Policy in its entirety. https://www.cumbria.gov.uk/elibrary/Content/Internet/535/615/984/39980123319.pdf?timestamp=43815102441. Contractors should note the separation of duties between testing and removal.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 97.5
Price - Weighting: 2.5
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 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 setting up of a dynamic purchasing system
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: 2024/S 000-015531
Section five. Award of contract
Contract No
DN724161
Lot No
1
Title
Lot 1 General Building Repair and Refurbishment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2024
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Bell Group Ltd
Airdrie
Country
United Kingdom
NUTS code
- UKM84 - North Lanarkshire
The contractor is an SME
No
five.2.3) Name and address of the contractor
B& K Builders Ltd
Barrow In Furness
Country
United Kingdom
NUTS code
- UKD12 - East Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CBES Ltd
Glasgow
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Colin Briscoe Construction Limited
Carnforth
Country
United Kingdom
NUTS code
- UKD12 - East Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Cubby Construction Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Michael Thompson Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PPM Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Roland Hill Ltd
Wigton
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Stobbarts Ltd
Workington
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Top Notch Contractors Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1,000 / Highest offer: £4,000,000 taken into consideration
Section five. Award of contract
Contract No
DN724161
Lot No
2
Title
Lot 2 Mechanical & Electrical Contractors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2024
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Bay Building Services ltd
Morecambe
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CBES ltd
Glasgow
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
DFP Services Ltd
Durham
Country
United Kingdom
NUTS code
- UKC14 - Durham CC
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
E Thompson & Son Ltd
Preston
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
MJ Quinn Integrated Services Limited
liverpool
Country
United Kingdom
NUTS code
- UKD72 - Liverpool
The contractor is an SME
No
five.2.3) Name and address of the contractor
PK Engineering Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PPM Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Roland Hill Ltd
Wigton
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Seddon Construction Ltd
Bolton
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
No
five.2.3) Name and address of the contractor
Stobbarts Ltd
Workington
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Top Notch Contractors Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1,000 / Highest offer: £4,000,000 taken into consideration
Section five. Award of contract
Contract No
DN724161
Lot No
3
Title
Lot 3 Roofing Contractors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2024
five.2.2) Information about tenders
Number of tenders received: 4
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: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
M & J Group (Construction & Roofing) Ltd
Bedford
Country
United Kingdom
NUTS code
- UKH24 - Bedford
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Michael Thompson Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Stobbarts Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Top Notch Contractors Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1,000 / Highest offer: £4,000,000 taken into consideration
Section five. Award of contract
Contract No
DN724161
Lot No
4
Title
Lot 4 Painting and Decorating Contractors
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Bell Group Ltd
Airdrie
Country
United Kingdom
NUTS code
- UKM84 - North Lanarkshire
The contractor is an SME
No
five.2.3) Name and address of the contractor
CBES Ltd
Glasgow
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Michael Thompson Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
PPM Ltd
Carlisle
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Stobbarts Ltd
Workington
Country
United Kingdom
NUTS code
- UKD11 - West Cumbria
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1,000 / Highest offer: £4,000,000 taken into consideration
Section five. Award of contract
Contract No
DN724161
Lot No
5
Title
Lot 5: Asbestos Removal and Disposal
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Emchia Asbestos Solutions Ltd
Preston
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Enviraz (Scotland) Ltd
Glasgow
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LAR Ltd
Stockport
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1,000 / Highest offer: £4,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunals Service
London
Country
United Kingdom