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
Region code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.westmorlandandfurness.gov.uk/
Buyer's address
https://www.westmorlandandfurness.gov.uk/
one.1) Name and addresses
Cumberland Council
Cumbria House
Carlisle
CA1 1RD
procurement.capital@cumberland.gov.uk
Country
United Kingdom
Region code
UKD1 - Cumbria
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Capital Works Framework 2024 - 2028
Reference number
DN693815
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The framework is for the procurement of external contractors to deliver Westmorland and Furness Council’s and any other participating framework user’s capital works programme. The estimated total value is a range between £100m and £200m. The works are expected to include: highway maintenance and improvement schemes, schools and corporate property maintenance and improvement works, new build highways and property schemes, flood prevention schemes and economic development or regeneration schemes. A full description of the scope is provided within the tender documents.
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Lot 1A - Property Low Value (50,000 GBP - 450,000 GBP)
Lot No
1A
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
Westmorland and Furness Council's Capital Programme for property provides maintenance, improvements, extensions and new build for Westmorland and Furness Council’s property portfolio. At present the capital programme includes projects for schools, care-homes, offices and other corporate buildings ranging from less than 100,000 GBP to over 10,000,000 GBP in value. The capital maintenance activity equates to over 5,000,000 - 10,000,000 GBP per annum. The low value sub-lot will generally include schemes of value between 50,000 GBP and 450,000 GBP but may on occasion be used to procure works below 50,000 GBP dependant on the complexity, risk and other considerations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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.2.14) Additional information
Framework tenders will be assessed in 2-stage process. A maximum of 15 applicants for sub-lots 1a and 2a and 12 applicants for sub-lots 1b and 2b will be then be taken forward for consideration in stage 2. Stage 2 responses will be scored and ranked and the highest scoring 10-12 applicants for sub-lots 1a and 2a and up to 8 applicants for 1b and 2b will be accepted onto each sub-lot.
two.2) Description
two.2.1) Title
Lot 1B - Property High Value (350,000 GBP - 5,000,000 GBP)
Lot No
1B
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
Westmorland and Furness Council’s Capital Programme for property provides maintenance, improvements, extensions and new build for Westmorland and Furness Council’s property portfolio. At present the capital programme includes projects for schools, care-homes, offices and other corporate properties ranging from less than 100,000 GBP to over 10,000,000 GBP in value. The capital maintenance activity equates to over 5,000 000 - 10,000,000 GBP per annum. The high value sub-lot will include schemes of value between 350,000 GBP and 5,000,000 GBP but may on occasion be used to procure schemes above 5,000,000 GBP based on complexity, risk and other considerations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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 2A - Civils Works Low Value (50,000 GBP - 450,000 GBP)
Lot No
2A
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
Westmorland and Furness Council’s capital programme for highways and civil engineering works provides for all aspects of the maintenance, repair and development of its highway assets.
Typical work includes:
— structures and bridges – repair and or maintenance of highways structures including retaining walls and bridges. Typical schemes are around 50,000 GBP to 250,000 GBP and include culvert replacement, masonry arch bridge repairs, replacement of sections of retaining wall and sea wall repairs. Structures are primarily stone or stone faced, reinforced or mass concrete or structural steelwork and are most often on carriageway or local roads,
— public realm – improvements to town centre environments likely to involve highway surfacing, footpaths, drainage and improvements to signage. Works may also include improvements to the look and function of transport interchanges,
— highway improvement (including S278) — improvements to junctions, access roads, car parks and distributor routes to improve safety and or facilitate development,
— footpath/cycleway improvements – Schemes (circa 250,000 GBP - 2,000 000 GBP) may be let through this framework. Schemes are related to the Council's Local Cycling and Walking Improvement Plan (LCWIP) and are funded via the Active Travel grant funding.
— drainage, ground stabilisation and flood prevention schemes – schemes could include packages of several small drainage schemes or piling, slope stabilisation or slope protection schemes adjacent to highways. Schemes could also include a variety of flood prevention schemes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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 2B - Civils Works High Value (350,000 GBP - 5,000,000 GBP)
Lot No
2B
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
Westmorland and Furness Council’s capital programme for highways and civil engineering works provides for all aspects of the maintenance, repair and development of its highway asset.
Typical Work includes:
— structures and bridges – repair and or maintenance of highways structures including retaining walls and bridges. Typical schemes are around 50,000 GBP to 250,000 GBP and include culvert replacement, masonry arch bridge repairs, replacement of sections of retaining wall and sea wall repairs. Structures are primarily stone or stone faced, reinforced or mass concrete or structural steelwork and are most often on carriageway local roads,
— public realm – improvements to town centre environments likely to involve highway surfacing, footpaths, drainage and improvements to signage. Works may also include improvements to the look and function of transport interchanges,
— highway improvement (including S278) — improvements to junctions, access roads, car parks and distributor routes to improve safety and or facilitate development,
— footpath/cycleway improvements – Schemes (circa 250,000 GBP - 2,000 000 GBP) may be let through this framework. Schemes are related to the Council's Local Cycling and Walking Improvement Plan (LCWIP) and are funded via the Active Travel grant funding.
— drainage, ground stabilisation and flood prevention schemes – schemes could include packages of several small drainage schemes or piling, slope stabilisation or slope protection schemes adjacent to highways. Schemes could also include a variety of flood prevention schemes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 40
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
1 December 2023
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 December 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers wishing to express an interest and obtain access to the tender documents should go to www.the-chest.org.uk and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (DN693815) in the box labelled 'contains' then click search. Click on the blue link for the contract title to view the opportunity. To express an interest you will need to login. if you are not already registered on the www.the-chest.org.uk you will need to return to the home page and click on Register. Register FREE link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.
Westmorland and Furness Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Westmorland and Furness Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority's supplier audits on all aspects of diversity.
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The Contracting Authority reserve the right to use any electronic portal during the life of the agreement. The framework is for 48 months. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this contract. Under this procurement the contractor is required to actively participate in the economic and social regeneration of the locality and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom