Opportunity

Internal & External Works Framework

  • South East Consortium

F02: Contract notice

Notice reference: 2022/S 000-033609

Published 28 November 2022, 10:54am



The closing date and time has been changed to:

7 March 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

South East Consortium

Grosvenor House, 125 High Street, Croydon

Surrey

CR0 9XP

Email

morris.williams@southeastconsortium.org.uk

Telephone

+44 2080362942

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

http://www.southeastconsortium.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA18401

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Internal & External Works Framework

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

SEC are looking to re-procure their Internal & External Works Framework. The lot breakdown is for 4 major works lots and the values are:

Lot 1: Works with an annual value up to 749,999 GBP

Lot 2: Works with an annual value between 750,000 and 1,999,999. GBP

Lot 3: Works with an annual value between 2,000,000 and 4,999,999. GBP

Lot 4: Works with an annual value of 5,000,000 GBP or more.

Works within this Lots can include some or all of the following elements:

External Envelope including EWI, Repointing and Rendering

Heating

Kitchens and Bathrooms

Windows and Doors

Roofing

Electrical

Cyclical Decorations

two.1.5) Estimated total value

Value excluding VAT: £750,000,000

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

Major Works with an annual value up to 749,999 GBP

Lot No

1

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is for customers who have major works projects with an annual value up to 749,999 GBP.

Works within this Lots can include some or all of the following elements:

External Envelope including EWI, Repointing and Rendering

Heating

Kitchens and Bathrooms

Windows and Doors

Roofing

Electrical

Cyclical Decorations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

The framework lots are for multi trade contractors. For trade specific works which would have been covered by Lots 2-6 of the current SEC framework we will be asking contractors to sign up to DPS (Dynamic Purchasing System) Lot 3 Planned Works on Proactis.

two.2) Description

two.2.1) Title

Major Works with an annual value between 750,000 and 1,999,999 GBP

Lot No

2

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Works within this Lots can include some or all of the following elements:

External Envelope including EWI, Repointing and Rendering

Heating

Kitchens and Bathrooms

Windows and Doors

Roofing

Electrical

Cyclical Decorations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

The framework lots are for multi trade contractors. For trade specific works which would have been covered by Lots 2-6 of the current SEC framework we will be asking contractors to sign up to DPS (Dynamic Purchasing System) Lot 3 Planned Works on Proactis.

two.2) Description

two.2.1) Title

Major Works with an annual value between 2,000,000 and 4,999,999 GBP

Lot No

3

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Works within this Lots can include some or all of the following elements:

External Envelope including EWI, Repointing and Rendering

Heating

Kitchens and Bathrooms

Windows and Doors

Roofing

Electrical

Cyclical Decorations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

The framework lots are for multi trade contractors. For trade specific works which would have been covered by Lots 2-6 of the current SEC framework we will be asking contractors to sign up to DPS (Dynamic Purchasing System) Lot 3 Planned Works on Proactis.

two.2) Description

two.2.1) Title

Major Works with an annual value of 5,000,000 GBP or more

Lot No

4

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Works within this Lots can include some or all of the following elements:

External Envelope including EWI, Repointing and Rendering

Heating

Kitchens and Bathrooms

Windows and Doors

Roofing

Electrical

Cyclical Decorations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

The framework lots are for multi trade contractors. For trade specific works which would have been covered by Lots 2-6 of the current SEC framework we will be asking contractors to sign up to DPS (Dynamic Purchasing System) Lot 3 Planned Works on Proactis.


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


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: 60

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: 2022/S 000-024340

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

21 February 2023

Local time

12:00pm

Changed to:

Date

7 March 2023

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

21 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contractors will only be able to apply for a max of 2 lots for example lots 1 and 2 or 2 and 3 and 3 and 4. Contractors won’t be able to apply for lots 1 and 4 for example.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228095.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:228095)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit