Tender

Norwich City Council Capital Works

  • Norwich City Council

F02: Contract notice

Notice identifier: 2024/S 000-038612

Procurement identifier (OCID): ocds-h6vhtk-04c12d

Published 29 November 2024, 1:52pm



The closing date and time has been changed to:

27 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Norwich City Council

City Hall, St Peters Street

Norwich

NR2 1NH

Contact

Sharon Hunt

Email

sharon@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

107007712

Internet address(es)

Main address

https://www.norwich.gov.uk/site/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

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=87844&B=ECHELON

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=87844&B=ECHELON

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Norwich City Council Capital Works

Reference number

ECH1273

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

These Contracts will deliver Capital Works across Norwich City Council stock. The stock has been split into 2 lots: Lot 1: North & East, Lot 2: South & West. Key programmes of work under these contracts will include (but not be limited to): Roof work, Masonry work, External doors & Windows, Decoration, Wall & Floor tiling, Flooring, Kitchen provision, installation & associated works, Bathroom provision, installation & associated works, Electrical works including fan installation, Consumer units, Domestic & Communal lighting, Insulation, provision & Installation of heating systems & associated work, Installation of Air Source heat pumps & Solar PV, external envelope works, other external refurbishment works such as cyclical decorations & rainwater goods replacements. These will be 10 year Contracts using the JCT MTC (2016) form of Contract, with a schedule of amendments. The procurement will be a two-stage Restricted process in accordance with the Public Contracts Regulations 2015.

two.1.5) Estimated total value

Value excluding VAT: £230,000,000

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: 1

two.2) Description

two.2.1) Title

North and East

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45211310 - Bathrooms construction work
  • 45261900 - Roof repair and maintenance work
  • 45262650 - Cladding works
  • 45450000 - Other building completion work
  • 45262100 - Scaffolding work
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45430000 - Floor and wall covering work
  • 42161000 - Hot-water boilers
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621000 - Radiators and boilers
  • 44621220 - Central-heating boilers
  • 42511110 - Heat pumps
  • 09331000 - Solar panels
  • 45261410 - Roof insulation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45451000 - Decoration work
  • 45260000 - Roof works and other special trade construction works
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261215 - Solar panel roof-covering work
  • 45262500 - Masonry and bricklaying work
  • 45431000 - Tiling work
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work
  • 45262321 - Floor-screed works
  • 44221000 - Windows, doors and related items
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 44316000 - Ironmongery
  • 45421160 - Ironmongery work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Norwich

two.2.4) Description of the procurement

This lot covers stock within the North and East areas, covered by the wards: Crome, Sewell, Mile Cross, Mancroft, Thorpe Hamlet and Catton Grove - approx 8,700 dwellings and accounting for 49.6% of the entire stock.

Works to be carried out will include (but not be limited to): Roof work, Masonry work, External doors and Windows, Decoration, Wall & Floor tiling, Flooring, Kitchen provision, installation and associated works, Bathroom provision, installation and associated works, Electrical works including fan installation, Consumer units, Domestic and Communal lighting, Insulation and provision and Installation of heating systems and associated work, Installation of Air Source Heat Pumps and Solar PV; external envelope works, other external refurbishment works such as cyclical decorations and rainwater goods replacements.

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: £104,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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: 6

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

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.2.14) Additional information

Prospective bidders should note that TUPE may apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.

Participants can apply for both lots but can only be successfully awarded one lot.

two.2) Description

two.2.1) Title

South and West

Lot No

2

two.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work
  • 45000000 - Construction work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262650 - Cladding works
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45430000 - Floor and wall covering work
  • 45450000 - Other building completion work
  • 42161000 - Hot-water boilers
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621000 - Radiators and boilers
  • 44621220 - Central-heating boilers
  • 42511110 - Heat pumps
  • 09331000 - Solar panels
  • 45261215 - Solar panel roof-covering work
  • 45261410 - Roof insulation work
  • 45320000 - Insulation work
  • 45321000 - Thermal insulation work
  • 45323000 - Sound insulation work
  • 45451000 - Decoration work
  • 45260000 - Roof works and other special trade construction works
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45262500 - Masonry and bricklaying work
  • 45431000 - Tiling work
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work
  • 45262321 - Floor-screed works
  • 44221000 - Windows, doors and related items
  • 45421130 - Installation of doors and windows
  • 44316000 - Ironmongery
  • 45421160 - Ironmongery work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Norwich

two.2.4) Description of the procurement

This lot covers stock within the South and West areas, covered by the wards: Lakenham, Wensum, Nelson, University, Town Close, Bowthorpe and Eaton- approx 8,800 dwellings and accounting for 50.4% of the entire stock.

Works to be carried out will include (but not be limited to): Roof work, Masonry work, External doors and Windows, Decoration, Wall & Floor tiling, Flooring, Kitchen provision, installation and associated works, Bathroom provision, installation and associated works, Electrical works including fan installation, Consumer units, Domestic and Communal lighting, Insulation and provision and Installation of heating systems and associated work, Installation of Air Source Heat Pumps and Solar PV; external envelope works, other external refurbishment works such as cyclical decorations and rainwater goods replacements.

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: £125,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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: 6

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

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.2.14) Additional information

Prospective bidders should note that TUPE may apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.

Participants can apply for both lots but can only be successfully awarded one lot.


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 detailed in the procurement and tender documents

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 detailed in the procurement and tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

Originally published as:

Date

15 January 2025

Local time

12:00pm

Changed to:

Date

27 January 2025

Local time

12:00pm

See the change notice.

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Norwich reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. Norwich also reserves the right not to award the contract. Neither Norwich nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom