Section one: Contracting authority
one.1) Name and addresses
Colchester City Council
Rowan House, 33 Sheepen Road
Colchester
CO3 3WG
Contact
Matt Howe
matthew.howe@colchester.gov.uk
Telephone
+44 7976794358
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kitchen Refurbishments
Reference number
0416
two.1.2) Main CPV code
- 45421151 - Installation of fitted kitchens
two.1.3) Type of contract
Works
two.1.4) Short description
Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year.
The contract will be awarded initially for 1 year with the option to extend for a further 3 years, when annual kitchen installation numbers will be agreed, subject to annual performance and all parties agreeing to continue.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Essex
two.2.4) Description of the procurement
Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year.
The contract will be a JCT Measured term Contract, 2024 Edition, awarded initially for 1 year with the option to extend for a further 3 years (on a 1 + 2 year basis).
Full details are provided within the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Approach to Service Delivery/Undertaking the Works / Weighting: 20
Quality criterion - Name: Project Resources / Weighting: 5
Quality criterion - Name: Sub-Contractors / Weighting: 5
Quality criterion - Name: Project Plan / Weighting: 5
Quality criterion - Name: Contract Management/Performance Monitoring / Weighting: 5
Quality criterion - Name: Tenant Liaison / Weighting: 5
Quality criterion - Name: Environmental Sustainability and Carbon Reduction / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Bid Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
The contract can be extended for up to a further 3 years subject to performance and agreement on the annual requirement of kitchen installation's
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M89494FC82
The closing date for submitting the Selection Questionnaire (SQ) is Monday 13th January 2025. The SQ's will be evaluated and a maximum of the top 6 ranked bidders will be invited to the tender stage. It is anticipated that the tender will be issued on Monday 20th January 2025, with a return date of 17th February 2025 (anticipated dates).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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
Date
13 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 January 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.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M89494FC82
GO Reference: GO-20241211-PRO-28852811
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
London
w
Country
United Kingdom