Colchester Borough Council: General Building Works DPS

  Colchester Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: General Building Works DPS
Notice type: Contract Notice
Authority: Colchester Borough Council
Nature of contract: Works
Procedure: Restricted
Short Description: Colchester Borough Council for itself and its wholly owned bodies wishes to set up a DPS (approved list) to commission works that may include the installation, renewal, refurbishment, alteration, adaptation and repair of Colchester Borough Council's social housing stock, corporate/civic and operational property portfolio. The value is based on the totality of projects to be commissioned during the life time of the DPS.
Published: 16/03/2018 16:44
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Colchester: Building construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Colchester Borough Council
             Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
             Email: procurement@colchester.gov.uk
             Main Address: www.colchester.gov.uk
             NUTS Code: UKH3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Building-construction-work./N839T3PMF8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: General Building Works DPS       
      Reference Number: D001
      II.1.2) Main CPV Code:
      45210000 - Building construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Colchester Borough Council for itself and its wholly owned bodies wishes to set up a DPS (approved list) to commission works that may include the installation, renewal, refurbishment, alteration, adaptation and repair of Colchester Borough Council's social housing stock, corporate/civic and operational property portfolio. The value is based on the totality of projects to be commissioned during the life time of the DPS.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      Currency: GBP
      II.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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: General Building Works - Value £0.00 to £10,000.00       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: General Building Works will include, but are not limited to the following:
Ground works, Foundations, Surface and foul water drainage, Structural works, External walls, Rendering, Cladding systems, Ground and Upper floor structures, Floors inclusive of the substrata, finishes and coverings, Internal walls and partitions, Plastering, Pitched Roofs, Flat roofs and associated supporting structure, Kitchens, Bathrooms, showers, wet room, toilets and part M installations, External joinery, Internal and External decoration, Damp and Infestation, Domestic hot and cold water systems, Domestic heating systems in both vented and unvented formats, Electrical works, Work on non-traditional housing stock of metal, concrete and timber frame construction, Environmental and other green initiatives, Hazardous & Non-hazardous waste removal and disposal, Passive forms of fire protection, Fire, flood damage and other insurance related works.

The value shown for this Lot, is the maximum value for a single project.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Potential Bidders are advised that this DPS (approved list), will be open for applications and be valid until 30th April 2022, during which time calls for competition will be issued as schemes or projects arise.       
II.2) Description Lot No. 2
      
      II.2.1) Title: General Building Works - Value £10,000.00 - £50,000.00       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: General Building Works will include, but are not limited to the following:
Ground works, Foundations, Surface and foul water drainage, Structural works, External walls, Rendering, Cladding systems, Ground and Upper floor structures, Floors inclusive of the substrata, finishes and coverings, Internal walls and partitions, Plastering, Pitched Roofs, Flat roofs and associated supporting structure, Kitchens, Bathrooms, showers, wet room, toilets and part M installations, External joinery, Internal and External decoration, Damp and Infestation, Domestic hot and cold water systems, Domestic heating systems in both vented and unvented formats, Electrical works, Work on non-traditional housing stock of metal, concrete and timber frame construction, Environmental and other green initiatives, Hazardous & Non-hazardous waste removal and disposal, Passive forms of fire protection, Fire, flood damage and other insurance related works.

The value shown for this Lot, is the maximum value for a single project.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 50,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Potential Bidders are advised that this DPS (approved list), will be open for applications and be valid until 30th April 2022, during which time calls for competition will be issued as schemes or projects arise.       
II.2) Description Lot No. 3
      
      II.2.1) Title: General Building Works - Value £50,000.00 - £100,000.00       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: General Building Works will include, but are not limited to the following:
Ground works, Foundations, Surface and foul water drainage, Structural works, External walls, Rendering, Cladding systems, Ground and Upper floor structures, Floors inclusive of the substrata, finishes and coverings, Internal walls and partitions, Plastering, Pitched Roofs, Flat roofs and associated supporting structure, Kitchens, Bathrooms, showers, wet room, toilets and part M installations, External joinery, Internal and External decoration, Damp and Infestation, Domestic hot and cold water systems, Domestic heating systems in both vented and unvented formats, Electrical works, Work on non-traditional housing stock of metal, concrete and timber frame construction, Environmental and other green initiatives, Hazardous & Non-hazardous waste removal and disposal, Passive forms of fire protection, Fire, flood damage and other insurance related works.

The value shown for this Lot, is the maximum value for a single project.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Potential Bidders are advised that this DPS (approved list), will be open for applications and be valid until 30th April 2022, during which time calls for competition will be issued as schemes or projects arise.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Contractors must be able to demonstrate competency & technical ability to perform the works detail above. The following forms of evidence will be deemed to satisfy this requirement, but other forms of evidence will be considered:
•Managers and supervisors should ideally hold a relevant NVQ, professional qualification and any of the following, such as the managerial or supervisory CSCS cards, SMSTS or SSSTS.
•Building operatives should ideally hold the trade specific CSCS card.
•Scaffolder must hold a valid CISRS card.
•Electricians should ideally hold an ECS card.
•Construction plant operatives must hold a valid CPCS card
•Gas fitters/heating engineers must hold a Gas Safe Registration Card with relevant ACOP/NACS.
•Operatives dealing with Non- Licensed Asbestos Removal must hold a UKATA Category B card.
•Ground workers may be required to provide proof of registration under the Street Works Qualification Register
The following forms of company accreditation may also help to demonstrate competency:
•ISO 9001 (Quality Management)
•ISO 14001 (Environmental Management)
•OHSAS 18001 (Occupational Health and Safety)
•CHAS (Contractors Health & Safety Assessment Scheme)    
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers - NO           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/04/2022 Time: 00:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.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.

The only way for bidders to apply for this DPS is through the link below, applications will not be accepted by any other means:
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Building-construction-work./N839T3PMF8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N839T3PMF8
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 16/03/2018

Annex A


View any Notice Addenda

View Award Notice