Invitation to Tender for Building Statutory Compliance Works, Planned and Reactive Maintenance, and Minor Works Framework

  • South Ribble Borough Council

F14: Notice for changes or additional information

Notice identifier: 2024/S 000-037314

Procurement identifier (OCID): ocds-h6vhtk-04bcb6

Published 19 November 2024, 10:29am



Section one: Contracting authority/entity

one.1) Name and addresses

South Ribble Borough Council

Civic Centre, W Paddock

Leyland

PR25 1DH

Contact

Ms Ciara Prunty

Email

ciara.prunty@southribble.gov.uk

Telephone

+44 1772625625

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.southribble.gov.uk/

Buyer's address

http://www.southribble.gov.uk/


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. The maximum number of successful bidders in each Lot may increase where two (2) or more bidders have tied scores. A Bidding Organisation can only be awarded on a maximum of two lots, except where a lot would otherwise have fewer than 2 (two) successful bidders. If you are bidding for more than two lots please state in your submission your ranked preference of lots (on the return Document 3 CAS); in a situation whereby a bidder(s) score would mean they would otherwise by awarded on more than two lots The Contracting Authority will use this ranked preference list to determine the two lots the Bidder is to be awarded on.

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. 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.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2024/S 000-037278


Section seven. Changes

seven.1) Information to be changed or added

seven.1.2) Text to be corrected in the original notice

Section number

II.1.4

Instead of
Text

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).

Read
Text

The framework will be broken up into 13 lots. Three bidders will be awarded per lot. The maximum number of successful bidders in each Lot may increase where two (2) or more bidders have tied scores. A Bidding Organisation can only be awarded on a maximum of two lots, except where a lot would otherwise have fewer than 2 (two) successful bidders. If you are bidding for more than two lots please state in your submission your ranked preference of lots (on the return Document 3 CAS); in a situation whereby a bidder(s) score would mean they would otherwise by awarded on more than two lots The Contracting Authority will use this ranked preference list to determine the two lots the Bidder is to be awarded on.

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. 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).

seven.2) Other additional information

Slight change to allow for more detail - The framework will be broken up into 13 lots. Three bidders will be awarded per lot. The maximum number of successful bidders in each Lot may increase where two (2) or more bidders have tied scores. A Bidding Organisation can only be awarded on a maximum of two lots, except where a lot would otherwise have fewer than 2 (two) successful bidders. If you are bidding for more than two lots please state in your submission your ranked preference of lots (on the return Document 3 CAS); in a situation whereby a bidder(s) score would mean they would otherwise by awarded on more than two lots The Contracting Authority will use this ranked preference list to determine the two lots the Bidder is to be awarded on.