Section one: Contracting authority
one.1) Name and addresses
Norwich City Council
City Hall, St Peters Street
Norwich
NR2 1NH
Contact
Sharon Hunt
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