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 |
View Full Notice
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