Section one: Contracting authority
one.1) Name and addresses
South Ribble Borough Council
Civic Centre, W Paddock
Leyland
PR25 1DH
Contact
Procurement Team
procurement@southribble.gov.uk
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
http://www.southribble.gov.uk/
Buyer's address
http://www.southribble.gov.uk/
one.1) Name and addresses
Chorley Borough Council
Chorley
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
one.1) Name and addresses
Chorley Leisure Company
Chorley
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
one.1) Name and addresses
South Ribble Leisure Company
South Ribble
procurement@southribble.gov.uk
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
https://southribbleleisure.com/
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
Invitation to Tender for Building Statutory Compliance Works, Planned and Reactive Maintenance, and Minor Works Framework
Reference number
DN751722
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This is a joint procurement exercise undertaken by South Ribble Borough Council, Chorley Borough Council, South Ribble Leisure Company and Chorley Leisure Company (Contract Authorities/CA).
The Contracting Authorities have a continuing requirement for the provision of reactive and planned improvement works across the Authorities portfolio. The aim of this framework is to ensure statutory compliance and efficient maintenance of assets, including reactive repair and maintenance, and planned minor/improvement works that attain a high level of customer satisfaction.
The framework will be broken up into 13 lots. Three bidders will be awarded per lot. A Bidding Organisation can only be awarded on a maximum of two lots.
The number one ranked supplier in the lot will be awarded the servicing/call out element of the contract, the other two suppliers will be eligible to compete for higher-value projects throughout the lifecycle of the framework. The Contracting Authority reserves the right to use the second and/or third ranked contractor within the lot for service/call out element if they deem it necessary due to poor performance or capacity issues from the number one ranked contractor. The maximum number of successful bidders in each Lot may increase where two (2) or more bidders have tied scores. In instances of extreme urgency (i.e. Health and Safety issues) The Contracting Authority reserves the right to Direct Award higher value projects to the number one ranked supplier if deemed necessary. This is detailed further in document 4 (Specification).
Lot 1 Building Fabric
Lot2- Mechanical Gas Safety and Mechanical
Lot 3 – Electrical
Lot 4 - Air Conditioning HVAC
Lot 5 - Legionella
Lot 6 – Fire and Security
Lot 7 – Asbestos
Lot 8 – Drainage and Civils
Lot 9 – Lift Maintenance
Lot 10 - Pool Maintenance
Lot 11 – Principal Contractor
Lot 12 – Roof and Gutter Maintenance
Lot 13 - Distress alarms Maintenance
Please note we will be offering two opportunities for guided site visits. Unfortunately, due to how large the estate is we will not be able to show the entire portfolio, but key buildings will be shown to give a flavour of the estate. As part of this open day The Contract Authority will also give a debrief on the tender process and overview of the tender portals (The Chest and The Social Value Portal). Both days will have the same agenda and presentations.
To gain access to this site day and to receive full details of meeting point/times etc, please confirm your attendance with the name, email address and job title of the attendee (s) via the messaging portal on The Chest.
28th of Nov
2nd of Dec
Please note you will not be added to the visitor list without confirming attendee details via The Chest
The tender pack sets out the specific quality requirements for the service that need to be addressed to ensure a high degree of customer satisfaction. Please refer the tender documentation for a detailed overview of the requirements.
To access the tender pack please go to https://www.the-chest.org.uk/ and select 'current opportunities' on the left hand side menu, and chose the South Ribble Borough Council option under the 'organisations' filter.
two.1.5) Estimated total value
Value excluding VAT: £22,500,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
A single bidding entity will be awarded on a maximum of two lots.
There will be three bidders awarded per lot. The number one ranked supplier in the lot will be awarded the servicing/call out element of the contract, the other two suppliers will be eligible to compete for higher-value projects throughout the lifecycle of the framework. The Contracting Authority reserves the right to use the second and/or third ranked contractor within the lot for service/call out element if they deem it necessary due to poor performance or capacity issues from the number one ranked contractor. The maximum number of successful bidders in each Lot may increase where two (2) or more bidders have tied scores. In instances of extreme urgency (i.e. Health and Safety issues) The Contracting Authority reserves the right to Direct Award higher value projects to the number one ranked supplier if deemed necessary. This is detailed further in documents 4 (Specification).
two.2) Description
two.2.1) Title
Lot 1 Building Fabric
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- AA45 - Gold
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The primary purpose of this Lot is to provide a mechanism for carrying out building fabric maintenance work, including reactive repairs and planned small works or projects, such as alterations or renovations. It will also include any reactive maintenance or alteration work that may be required. Project work valued up to GBP £500,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension option
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 2 - Mechanical Gas Safety and Mechanical
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 71315000 - Building services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authorities wish to appoint up to three Mechanical contractors who are suitably qualified and experienced. This Lot will be used for (but not be limited to) the delivery of servicing, responsive maintenance and undertaking annual Landlord’s Gas Safety Records (LGSR) heating safety checks, servicing, and responsive repairs for domestic and commercial gas heating installations, and ad-hoc replacement of boilers, heating systems Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension option
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 3 – Electrical
Lot No
3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The services to be covered by this contract will include but not be limited to Preventive Maintenance, Corrective Maintenance & Repairs, Energy Efficiency and Upgrades. Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 4 - Air Conditioning HVAC
Lot No
4
two.2.2) Additional CPV code(s)
- 45331220 - Air-conditioning installation work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint up to three Air Conditioning / HVAC specialist contractors. REFCOM accreditation is a requirement. The services to be covered by this contract will include but not be limited to Preventive Maintenance, Corrective Maintenance & Repairs, Compliance Checks. Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension option
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 5 - Legionella
Lot No
5
two.2.2) Additional CPV code(s)
- 42122000 - Pumps
- 42160000 - Boiler installations
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint up to three specialist contractors. The services to be covered by this contract will include but not be limited to Preventive Maintenance, Risk Assessment and Review, Corrective Maintenance & Repairs, Compliance Checks. Project work valued up to GBP £100,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 6 – Fire and Security
Lot No
6
two.2.2) Additional CPV code(s)
- 31625200 - Fire-alarm systems
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint up to three Fire Safety and Security Systems contractors. The services to be covered by this contract will include but not be limited to Preventive Maintenance, Corrective Maintenance & Repairs, Compliance Checks and testing. Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 7 – Asbestos
Lot No
7
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint up to three asbestos contractors. The contract will cover (but not be limited) a full range of asbestos-related services, including:
- Asbestos Surveying
- Asbestos Testing (Bulk Sampling and Air Monitoring)
- Asbestos Encapsulation
- Asbestos Removal and Disposal
Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 8 – Drainage and Civils
Lot No
8
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint a contract for the provision of drainage maintenance Services and minor works to pathways, landscaping, car parks and highways. The services to be covered by this contract will include but not be limited to Preventive Maintenance, Corrective Maintenance & Repairs, Planned Maintenance and Reactive Civil Works. Project work valued up to GBP £500,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 9 – Lift Maintenance
Lot No
9
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint a contract for the provision of service and maintenance works of its passenger and mobility lifts. The services to be covered by this contract will include but not be limited to Preventive Maintenance, Corrective Maintenance & Repairs, Planned Maintenance and Reactive Works. Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 10 – Pool Maintenance
Lot No
10
two.2.2) Additional CPV code(s)
- 45212212 - Construction work for swimming pool
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The lot will cover (but not be limited to) the Repair, Maintenance, Periodic Inspection and Servicing of Swimming Pool Systems and Plant. Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 11 – Principal Contractor
Lot No
11
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Multi-disciplinary internal / external improvement works that may include multiple elements of Lots 1 – 13 of the frameworks plus additional non-defined works related to the maintenance, improvement and repair of properties including but not limiting painting and decorating, general refurbishment requirements, joinery requirements etc. Project work valued up to GBP £500,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 12 – Roof and Gutter Maintenance
Lot No
12
two.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Contract will cover (but not be limited to) the repair and maintenance of roofs across The Contracting Authorities operational and investment estate. Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension option
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 13 Distress alarms Maintenance (Service applicable to The Leisure Company’s only)
Lot No
13
two.2.2) Additional CPV code(s)
- 31600000 - Electrical equipment and apparatus
- 31620000 - Sound or visual signalling apparatus
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
South Ribble Leisure Company and Chorley Leisure Company wish to appoint a contractor (s) for the service, repair, and maintenance of distress alarms across both Councils operational and investment estate:
• Pool Drowning Alarm systems
• Gym Emergency Alarm system
• Emergency Pull cord systems
• Front of House Panic Alarm systems
Project work valued up to GBP £250,000 per project, excluding VAT may also be procured via this lot. There will be a direct award option, as well as a further competition option once the lot is awarded. Please refer to the tender documentation for the detailed overview of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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 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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 January 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 January 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
South Ribble Borough Council
Leyland
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
South Ribble Borough Council
Leyland
Country
United Kingdom