Section one: Contracting authority
one.1) Name and addresses
NORTH EAST LINCOLNSHIRE COUNCIL
Municipal Offices,Town Hall Square
GRIMSBY
DN311HU
Contact
Christina Tabor
capital.framworks@nelincs.gov.uk
Telephone
+44 1472326942
Country
United Kingdom
Region code
UKE13 - North and North East Lincolnshire
Justification for not providing organisation identifier
Not on any register
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://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
North East Lincolnshire Capital Works Framework
Reference number
79895
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Equans Services Limited on behalf of North East Lincolnshire Council are seeking suitably qualified contractors for the renewal of its Capital Works framework, which is delivered by its Professional Services team.
The works to be carried out under this framework focuses around repairs, maintenance, refurbishment, new capital projects and extensions to Authority owned assets, leisure portfolio and schools/academies. The works will be both internal and external construction to assets including buildings, site works, substructure, superstructure, internal construction and finishes, electrical, mechanical, and access systems.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
£0 - £250,000
Lot No
1
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKE13 - North and North East Lincolnshire
Main site or place of performance
North East Lincolnshire
two.2.4) Description of the procurement
Lot 1 is for works between the value of 0 GBP to 250 000 GBP.
This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies.
There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement.
Volumes are subject to change based on budgetary alteration outsides the Authority's control.
Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender.
Contractors will be issued with a Work Schedule which will be evaluated on 100 % price.
However, there may be occasions when a price/quality split will be required.
The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money.
Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered.
If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure.
two.2.5) Award criteria
Quality criterion - Name: Knowledge and Skills / Weighting: 10
Quality criterion - Name: Method Proposal / Weighting: 20
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 15
Quality criterion - Name: Defect Management / Weighting: 10
Quality criterion - Name: Asbestos / Weighting: 15
Quality criterion - Name: Health and Safety / Weighting: 15
Quality criterion - Name: Corporate Social Responsibility/Social Value / Weighting: 2.5
Quality criterion - Name: Climate, Environment and Management / Weighting: 2.5
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £8,000,000
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
It is intended that this framework will be renewed autumn 2027.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This tender is divided into lots. Tenderers can bid for a maximum of two lots.
Lot 1 - Tenderers are not required to hold Constructionline, but will be expected to be either CHAS, and or SSIP accredited.
For projects under £50,000 or in an emergency situation, the Authority reserves the right to direct award. This would be done on a rotational basis.
two.2) Description
two.2.1) Title
£250,000 - £500,000
Lot No
2
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKE13 - North and North East Lincolnshire
Main site or place of performance
North East Lincolnshire
two.2.4) Description of the procurement
Lot 2 is for works between the value of 250 000 GBP to 500 000 GBP.
This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies.
There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement.
Volumes are subject to change based on budgetary alteration outsides the Authority's control.
Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender.
Contractors will be issued with a Work Schedule which will be evaluated on 100 % price.
However, there may be occasions when a price/quality split will be required.
The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money.
Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered.
If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure.
two.2.5) Award criteria
Quality criterion - Name: Knowledge and Skills / Weighting: 10
Quality criterion - Name: Method Proposal / Weighting: 20
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 15
Quality criterion - Name: Defect Management / Weighting: 10
Quality criterion - Name: Asbestos / Weighting: 15
Quality criterion - Name: Health and safety / Weighting: 15
Quality criterion - Name: Corporate Social Responsibility/Social Value / Weighting: 2.5
Quality criterion - Name: Climate, Environment and Management / Weighting: 2.5
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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
It is intended that this framework will be renewed autumn 2027.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This tender is divided into lots. Tenderers can bid for a maximum of two lots.
Lot 2 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP.
two.2) Description
two.2.1) Title
£500,000 - £1,000,000
Lot No
3
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKE13 - North and North East Lincolnshire
Main site or place of performance
North East Lincolnshire
two.2.4) Description of the procurement
Lot 3 is for works between the value of 500 000 GBP - 1 000 000 GBP.
This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies.
There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement.
Volumes are subject to change based on budgetary alteration outsides the Authority's control.
Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender.
Contractors will be issued with a Work Schedule which will be evaluated on 100 % price.
However, there may be occasions when a price/quality split will be required.
The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money.
Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered.
If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure.
two.2.5) Award criteria
Quality criterion - Name: Knowledge and Skills / Weighting: 10
Quality criterion - Name: Method Proposal / Weighting: 20
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 15
Quality criterion - Name: Defect Management / Weighting: 10
Quality criterion - Name: Asbestos / Weighting: 15
Quality criterion - Name: Health and safety / Weighting: 15
Quality criterion - Name: Corporate Social Responsibility/Social Value / Weighting: 2.5
Quality criterion - Name: Climate, Environment and Management / Weighting: 2.5
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £22,000,000
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
It is intended that this framework will be renewed autumn 2027.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This tender is divided into lots. Tenderers can bid for a maximum of two lots.
Lot 3 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP.
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
Lot 1 - Tenderers are not required to hold Constructionline, but will be expected to be either CHAS, and or SSIP accredited.
Lots 2 and 3 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP
three.1.2) Economic and financial standing
List and brief description of selection criteria
Successful tenderers will be subject to a credit check, and undergo a financial assessment.
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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 November 2023
Local time
1:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 November 2023
Local time
1:01pm
Place
North East Lincolnshire Borough Council
Municipal Offices
Town Hall Square
Grimsby
North East Lincolnshire
DN31 1HU
Information about authorised persons and opening procedure
Democratic Services Officer for North East Lincolnshire Borough Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting bodies below can access this framework agreement:
Schools and Academies list in the link below:
https://schoolswebdirectory.co.uk/leasearch.php?lea=North+East+Lincolnshire&where=4&submit=Submit
Grimsby Institute of Further and Higher Education Nuns Corner, Grimsby North East Lincolnshire DN34 5BQ.
Lincs Inspire Ltd Bradley Football Development Centre Bradley Road, Grimsby North East Lincolnshire DN37 0AG.
six.4) Procedures for review
six.4.1) Review body
North East Lincolnshire Borough Council
Municipal Offices, Town Hall Square
Grimsby
DN31 1HU
legalprocurement@nelincs.gov.uk
Country
United Kingdom