Section one: Contracting authority
one.1) Name and addresses
Leeds City Council
Civic Hall, 3rd Floor West,
Leeds
LS1 1UR
Contact
Thomas Regan
Country
United Kingdom
Region code
UKE42 - Leeds
National registration number
171459162
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104105
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87261&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87261&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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
Housing Re-Roofing and Associated Works Framework 2025-2029
Reference number
92860
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Housing Leeds manages an estimated 54,000 properties The likely nature of works that will be required within this roofing contract include a full property re-roof (slates or concrete tiles) including soffits, fascia’s, rainwater goods, rebuilding in PVC or timer products and remove/re-build chimney stacks or repointing chimney stacks; Isolated re-roofing works, with some of the roofing work required being to single properties or in isolation in all areas of the city, or batched properties in similar locations. (single or batched properties); Flat to pitched re-roofing conversions; Flat re-roofing works such as outbuildings and garages, maisonettes, some houses, flats, shop units etc; Various Architypes from traditional brick built to prefabricated light weight roofing systems; Re-roofing buildings of historical importance in conservation areas; Occasional re-roofing of emergency referral properties (when required); Working with Green Roof projects; Any other associated works.
two.1.5) Estimated total value
Value excluding VAT: £14,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
two.2.4) Description of the procurement
Housing Leeds manages an estimated 54,000 properties and currently intends to procure this work independently. The likely nature of works that will be required within this roofing contract are laid out below:
• Full property re-roofing (slates or concrete tiles) including soffits, fascia’s, rainwater goods, rebuilding in PVC or timer products and remove/re-build chimney stacks or repointing chimney stacks.
• Isolated re-roofing works, with some of the roofing work required being to single properties or in isolation in all areas of the city, or batched properties in similar locations. (single or batched properties).
• Flat to pitched re-roofing conversions.
• Flat re-roofing works such as outbuildings and garages, maisonettes, some houses, flats, shop units etc.
• Various Architypes from traditional brick built to prefabricated light weight roofing systems.
• Re-roofing buildings of historical importance in conservation areas.
• Occasional re-roofing of emergency referral properties (when required).
• Working with Green Roof projects.
• Any other associated works.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £14,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 June 2025
End date
31 March 2029
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Only the top 8 scoring submissions will be invited to submit a tender.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As outlined in:
- Cas Schedule Appendix 1
- Selection Stage Document
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per Draft Tender Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 4
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
15 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 February 2025
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).