- Scope of the procurement
- Lot 1 Major Works Refurbishment and Associated New Build
- Lot 2 Minor Works, Structural & Disrepair Work, Playgrounds, Builders Work inc. Estate Works
- Lot 3 Voids Re-Servicing
- Lot 4 Fire Safety Works
- Lot 5 Adaptions
- Lot 6 Energy Efficiency and Retrofit Works
- Lot 7 Multi-trade Repairs
- Lot 8 Carpenter Work
- Lot 9 Plumber Work
- Lot 10 Domestic Electrical Work
- Lot 11 Blacksmith & Metal Work
- Lot 12 Painter & Decorator Work
- Lot 13 Door & Window Work inc. Glazing Work
- Lot 14 Roofing & Roughcasting Work
- Lot 15 Plastering & Tiler Work
- Lot 16 Scaffolding Work
Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre
Wembley
HA9 0FJ
Contact
Mrs Henrietta Jacobs
Telephone
+44 0
Country
United Kingdom
Region code
UKI72 - Brent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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
WORKS FRAMEWORK
Reference number
DN719185
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Contractor multi lot framework agreement for works. The framework will have 16 lots with multiple contractors per lot. Tenderers can submit bids for one or multiple lots provided they can meet both the generic and lot specific criteria.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 Major Works Refurbishment and Associated New Build
Lot No
1
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45210000 - Building construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45212350 - Buildings of particular historical or architectural interest
- 45215210 - Construction work for subsidised residential accommodation
- 45262700 - Building alteration work
- 45262800 - Building extension work
- 45300000 - Building installation work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
Lot 1 Major Works Refurbishment and Associated New Build
Description
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including major works refurbishment, planned programmed work including cyclical decorations and re-roofing, new build including infills, and major ECO and retrofit.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 2 Minor Works, Structural & Disrepair Work, Playgrounds, Builders Work inc. Estate Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45212300 - Construction work for art and cultural buildings
- 45214000 - Construction work for buildings relating to education and research
- 45259000 - Repair and maintenance of plant
- 45259300 - Heating-plant repair and maintenance work
- 45261900 - Roof repair and maintenance work
- 45262700 - Building alteration work
- 45262800 - Building extension work
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 45350000 - Mechanical installations
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45451000 - Decoration work
- 45453000 - Overhaul and refurbishment work
- 50000000 - Repair and maintenance services
- 50324200 - Preventive maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50730000 - Repair and maintenance services of cooler groups
- 50740000 - Repair and maintenance services of escalators
- 50750000 - Lift-maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including minor works, structural and disrepair work, playgrounds, builders work including estate works up to £500k in value together with a range of project of re-roofing to single and multiple properties, ad-hoc building works, small up-grading building works to properties, fire damage rectification works and works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 3 Voids Re-Servicing
Lot No
3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are experienced and have the skills for undertaking works to void properties and have specific Void Teams to carry out the required works to meet the requirements of the Council.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 4 Fire Safety Works
Lot No
4
two.2.2) Additional CPV code(s)
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
- 45343200 - Firefighting equipment installation work
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are experienced and have the skills in undertaking Fire Safety Works to properties of the Council and further are able to undertake specialist works and remedial works as instructed by the Council and its Fire Safety Management Consultants.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 5 Adaptions
Lot No
5
two.2.2) Additional CPV code(s)
- 33196200 - Devices for the disabled
- 44115600 - Stairlifts
- 45211310 - Bathrooms construction work
- 45341000 - Erection of railings
- 45421151 - Installation of fitted kitchens
- 45453000 - Overhaul and refurbishment work
- 45453100 - Refurbishment work
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including repairs and disabled adaptions in properties owned or managed by the council.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 6 Energy Efficiency and Retrofit Works
Lot No
6
two.2.2) Additional CPV code(s)
- 45261215 - Solar panel roof-covering work
- 45261410 - Roof insulation work
- 45310000 - Electrical installation work
- 45321000 - Thermal insulation work
- 45351000 - Mechanical engineering installation works
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50730000 - Repair and maintenance services of cooler groups
- 71314000 - Energy and related services
- 71314200 - Energy-management services
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Specialist Contractors/Retrofit Installers who are fully qualified and able to provide advice to the Council on energy efficiency, design and install schemes, projects and programmes and be accredited to PAS2030:2019 for energy efficiency measures and be registered with TrustMark (or Microgeneration Certification Scheme (MCS) for renewables). The Specialist Contractors/Retrofit Installers are to have full knowledge of all legislation, guidance and standards including PAS9980:2022 – Code of Practice.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 7 Multi-trade Repairs
Lot No
7
two.2.2) Additional CPV code(s)
- 44230000 - Builders' carpentry
- 45260000 - Roof works and other special trade construction works
- 45261000 - Erection and related works of roof frames and coverings
- 45261100 - Roof-framing work
- 45261200 - Roof-covering and roof-painting work
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261213 - Metal roof-covering work
- 45261214 - Bituminous roof-covering work
- 45261215 - Solar panel roof-covering work
- 45261220 - Roof-painting and other coating work
- 45261221 - Roof-painting work
- 45261222 - Cement roof-coating work
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
- 45262670 - Metalworking
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45330000 - Plumbing and sanitary works
- 45332000 - Plumbing and drain-laying work
- 45332200 - Water plumbing work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 45421111 - Installation of door frames
- 45421130 - Installation of doors and windows
- 45421131 - Installation of doors
- 45421140 - Installation of metal joinery except doors and windows
- 45421160 - Ironmongery work
- 45422000 - Carpentry installation work
- 45431000 - Tiling work
- 45431100 - Floor-tiling work
- 45431200 - Wall-tiling work
- 45441000 - Glazing work
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442120 - Painting and protective-coating work of structures
- 45442121 - Painting work of structures
- 45442180 - Repainting work
- 45442190 - Paint-stripping work
- 45451000 - Decoration work
- 50411300 - Repair and maintenance services of electricity meters
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 71550000 - Blacksmith services
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including Multi-Trade Repairs Works up to £100K in value. The works comprise day to day reactive repairs including, emergency repairs, boarding of properties, gas and electrical repairs, works to doors windows and glazing etc. including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 8 Carpenter Work
Lot No
8
two.2.2) Additional CPV code(s)
- 44230000 - Builders' carpentry
- 45420000 - Joinery and carpentry installation work
- 45422000 - Carpentry installation work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of Carpenter related Works up to £100k in value. The works comprise day to day reactive repairs including, emergency repairs, general repairs, boarding of properties, works to doors windows and glazing etc. together with a range of projects of adaptions and upgrade works to properties including fire damage rectification and works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 9 Plumber Work
Lot No
9
two.2.2) Additional CPV code(s)
- 45330000 - Plumbing and sanitary works
- 45332000 - Plumbing and drain-laying work
- 45332200 - Water plumbing work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including Plumbing Works up to £100k in value. The works comprise day to day reactive repairs including, repair of leaks, replacement of taps, wastes, sinks etc. repair and replacement of boilers, repair and replacement of above ground drainage, gutters and rainwater pipes, etc. together with a range of projects of adaptions and upgrade works to properties including fire damage rectification, and works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 10 Domestic Electrical Work
Lot No
10
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 50411300 - Repair and maintenance services of electricity meters
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising repair and maintenance programme comprising of Domestic Electrical Works up to £100k in value. The works comprise day to day reactive repairs including, repair and replacement of all domestic electrical works internally, externally and in common areas, together with a range of projects of adaptions and upgrade works to properties including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 11 Blacksmith & Metal Work
Lot No
11
two.2.2) Additional CPV code(s)
- 45262670 - Metalworking
- 45421140 - Installation of metal joinery except doors and windows
- 45421160 - Ironmongery work
- 71550000 - Blacksmith services
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of Blacksmith & Metal Works related works up to £100k in value. The works comprise day to day reactive repairs and replacement works, upgrading of the general estate, including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 12 Painter & Decorator Work
Lot No
12
two.2.2) Additional CPV code(s)
- 45442100 - Painting work
- 45442110 - Painting work of buildings
- 45442120 - Painting and protective-coating work of structures
- 45442121 - Painting work of structures
- 45442180 - Repainting work
- 45442190 - Paint-stripping work
- 45451000 - Decoration work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of Painting & Decorating related works up to £100k in value. The works comprise day to day upgrading of painting and decorating of the general estate including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 13 Door & Window Work inc. Glazing Work
Lot No
13
two.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 45421111 - Installation of door frames
- 45421130 - Installation of doors and windows
- 45421131 - Installation of doors
- 45441000 - Glazing work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of doors, and windows including glazing and reglazing works up to £100k in value. The works comprise day to day repairs of doors and windows, emergency boarding up of openings, removal and replacement of doors and windows comprising aluminium, UPVC, softwood and hardwood doors and windows works both internally to dwellings and externally and upgrading of the general estate including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 14 Roofing & Roughcasting Work
Lot No
14
two.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
- 45261000 - Erection and related works of roof frames and coverings
- 45261100 - Roof-framing work
- 45261200 - Roof-covering and roof-painting work
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261212 - Roof-slating work
- 45261213 - Metal roof-covering work
- 45261214 - Bituminous roof-covering work
- 45261215 - Solar panel roof-covering work
- 45261220 - Roof-painting and other coating work
- 45261221 - Roof-painting work
- 45261222 - Cement roof-coating work
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of roofing and roughcasting works up to £100k in value. The works comprise day to day repairs of roof leaks, including repairing leaks, re-roofing work, repairs to parapets, chimneys etc and repair or replacement of flashings, roofing components etc. including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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) Description
two.2.1) Title
Lot 15 Plastering & Tiler Work
Lot No
15
two.2.2) Additional CPV code(s)
- 45410000 - Plastering work
- 45431000 - Tiling work
- 45431100 - Floor-tiling work
- 45431200 - Wall-tiling work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of plastering and tiling works up to £10k in value. The works comprise day to day repairs blown plastering and tiling, including associated accessories, removing and replacing plastering and tiling following adaptions and refurbishments, works to walls and ceilings etc. including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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.2.10) 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) Description
two.2.1) Title
Lot 16 Scaffolding Work
Lot No
16
two.2.2) Additional CPV code(s)
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The Council requires Contractors who are fully qualified and experienced to undertake and deliver the requirements of the Council with all the stated elements of works including ongoing repair and maintenance programme comprising of repair and replacement of internal and external elements which require access scaffolding to be provided up to £100k in value. The works comprise provision of access scaffolding to works areas, for the repair and maintenance of external walls, roofing works, internal scaffolding to staircases and common areas etc. including works required in connection with purchased and transferred properties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
4 years with option to extend for a further 4 years, totalling 8 years
Justification for term of longer than 4 years:
To support the requirement to use Housing Refurbishment Subcontractor Framework list of contractors for the longer-term Repairs, Voids and Planned Maintenance contracts, which will be in place for 10 years. This will facilitate long term availability of the supply chain and facilitate continuity of service.
To enable long-term working relationships to be formed and embedded.
Recognition that the Housing Refurbishment Subcontractor supply chain has to invest significant time and funding in preparing their tender bids.
The time taken to re-procure a works supply chain can take 2 years. To extend the originally contemplated term of the frameworks alleviates the Council and the supply chain from the frequent re-procurement costs and frees up valuable Council resources.
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 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: 128
In the case of framework agreements, provide justification for any duration exceeding 4 years:
4 + 4
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
31 October 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
High Court London
London
Country
United Kingdom