Tender

Housing Re-Roofing and Associated Works Framework 2025-2029

  • Leeds City Council

F02: Contract notice

Notice identifier: 2024/S 000-038598

Procurement identifier (OCID): ocds-h6vhtk-04c123

Published 29 November 2024, 12:52pm



Section one: Contracting authority

one.1) Name and addresses

Leeds City Council

Civic Hall, 3rd Floor West,

Leeds

LS1 1UR

Contact

Thomas Regan

Email

thomas.regan@leeds.gov.uk

Country

United Kingdom

Region code

UKE42 - Leeds

National registration number

171459162

Internet address(es)

Main address

https://www.leeds.gov.uk/

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).