Section one: Contracting authority
one.1) Name and addresses
North Tyneside Council
Quadrant, Cobalt Business Park, The Silverlink North
North Tyneside
NE27 0BY
Contact
Mrs Christine Bordoli
christine.bordoli@northtyneside.gov.uk
Telephone
+44 7583007237
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
https://www.northtyneside.gov.uk/
Buyer's address
https://www.northtyneside.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities
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
Contract 52 – Installation of Kitchens and Bathrooms 2024 - 26
Reference number
DN693483
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Authority invites suitably experienced Contractors for the above Framework to provide a skilled service and provide the works for the Installation of Kitchens and Bathrooms.
This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract.
The Contractor will be Sub-Contractor. and The Authority will be Principal Contractor and Client for the purposes of the CDM Regulations 2015.
The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract.
The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the procurement Tender documents:
All electrical works carried out need to be carried out by a NICEIC or NAPIT registered electrician.
All gas works will need to be carried out by a Gas Safe registered contractor.
The scope of works includes kitchen replacements, bathroom replacements, internal painting and decorating, plastering, removing and installing wall tiling, removal and installing floor coverings, and electrical upgrades along with all associated works. Works to be completed in occupied properties.
The Framework duration will be for an initial 2 years plus 2 x up to 12 months options to extend at the sole discretion of the Authority.
The anticipated number of suppliers successful to the Framework is 5
The Authority intends to appoint 2 contractors (Ranked 1 and 2 ) to carry out works concurrently for the initial two year duration of the Framework after which, should the Authority confirm the extension option(s), the Authority will issue a Mini Competition (Annual Price refresh) and the results may re-rank the Suppliers.
The full Tender documents can be downloaded immediately after registering an interest via the NEPO Portal and via the link below. Unregistered Suppliers will be re-directed to a registration page, registration is free.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The Authority invites suitably experienced Contractors for the above Framework to provide a skilled service and provide the works for the Installation of Kitchens and Bathrooms.
This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract.
The Contractor will be Sub-Contractor. and The Authority will be Principal Contractor and Client for the purposes of the CDM Regulations 2015.
The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract.
The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the procurement Tender documents:
All electrical works carried out need to be carried out by a NICEIC or NAPIT registered electrician.
All gas works will need to be carried out by a Gas Safe registered contractor.
The scope of works includes kitchen replacements, bathroom replacements, internal painting and decorating, plastering, removing and installing wall tiling, removal and installing floor coverings, and electrical upgrades along with all associated works. Works to be completed in occupied properties.
The Framework duration will be for an initial 2 years plus 2 x up to 12 months options to extend at the sole discretion of the Authority.
The anticipated number of suppliers successful to the Framework is 5
The Authority intends to appoint 2 contractors (Ranked 1 and 2 ) to carry out works concurrently for the initial two year duration of the Framework after which, should the Authority confirm the extension option(s), the Authority will issue a Mini Competition (Annual Price refresh) and the results may re-rank the Suppliers.
The full Tender documents can be downloaded immediately after registering an interest via the NEPO Portal and via the link below. Unregistered Suppliers will be re-directed to a registration page, registration is free.
two.2.5) Award criteria
Quality criterion - Name: The full details are provided in the Tender Documents / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £12,000,000
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
The initial contract is for 24 months with an option to extend for a further 2 x up to 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract is for 24 months with an option to extend for a further 2 x up to 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.
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
Open procedure
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
22 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 December 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice Technology and Construction Court
Court 7 Rolls Building
London
EC4A 1 NL
Country
United Kingdom