Section one: Contracting authority
one.1) Name and addresses
South East Consortium
Grosvenor House, 125 High Street, Croydon
Surrey
CR0 9XP
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
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
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
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