Andrew Flood: Building Maintenance, Responsive Repairs & Small Works 2013

  Andrew Flood has published this notice through Delta eSourcing

Notice Summary
Title: Building Maintenance, Responsive Repairs & Small Works 2013
Notice type: Contract Notice
Authority: Andrew Flood
Nature of contract: Services
Procedure: Restricted
Short Description: Leicester City Council (“the Council”) is responsible for Property Services to approximately 800 buildings, including schools, community homes, libraries and museums etc. The Services are to be undertaken to primarily Leicester City Council’s non domestic buildings but the framework will be open and made available to domestic buildings and other contracting authorities within the County of Leicestershire, including Universities, the NHS, and Police. Accordingly where a range of value has been quoted (see lots) the lower range value applies to the estimated Leicester City Council total value and the upper range value relates to the total estimated maximum value for all contracting authorities. The Council invites applications from suitably experienced and qualified Specialist Contractor(s) for the following Categories of Works and Services: 1. Emergency call out service; a. Normal working hours b. Out of Hours 2. Responsive repair; 3. Routine repair; 4. Small Works; 5. Minor improvements and alterations; The Contract is intended for works and services not exceeding £10,000 per individual order value. The above categories of works will be tendered in 7 separate lots.
Published: 11/01/2013 15:31

View Full Notice

UK-LEICESTER: Miscellaneous repair and maintenance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      Property Division, 16 New Walk, LEICESTER, LE1 6UB, United Kingdom
      Email: frank.ellis@leicester.gov.uk
      Attn: Frank Ellis
      Electronic Submission URL: https://www.delta-esourcing.com/respond/2C69CGGQJH

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Building Maintenance, Responsive Repairs & Small Works 2013
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKF21 - Leicester         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Miscellaneous repair and maintenance services. Repair and maintenance services of building installations. Building construction work. Roof works and other special trade construction works. Building installation work. Building completion work. Other building completion work. Installation services of electrical and mechanical equipment. Building services. Building-inspection services. Leicester City Council (“the Council”) is responsible for Property Services to approximately 800 buildings, including schools, community homes, libraries and museums etc. The Services are to be undertaken to primarily Leicester City Council’s non domestic buildings but the framework will be open and made available to domestic buildings and other contracting authorities within the County of Leicestershire, including Universities, the NHS, and Police. Accordingly where a range of value has been quoted (see lots) the lower range value applies to the estimated Leicester City Council total value and the upper range value relates to the total estimated maximum value for all contracting authorities.
The Council invites applications from suitably experienced and qualified Specialist Contractor(s) for the following Categories of Works and Services:
1. Emergency call out service;
a. Normal working hours
b. Out of Hours
2. Responsive repair;
3. Routine repair;
4. Small Works;
5. Minor improvements and alterations;


The Contract is intended for works and services not exceeding £10,000 per individual order value.

The above categories of works will be tendered in 7 separate lots.
         
      II.1.6)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
         
         50700000 - Repair and maintenance services of building installations.
         
         45210000 - Building construction work.
         
         45260000 - Roof works and other special trade construction works.
         
         45300000 - Building installation work.
         
         45400000 - Building completion work.
         
         45450000 - Other building completion work.
         
         51100000 - Installation services of electrical and mechanical equipment.
         
         71315000 - Building services.
         
         71315400 - Building-inspection services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The award of the Contract will be limited to one Contractor per each Lot except LOT 1 – General Building where two Contractors will be selected. Under each Category applied for the service is required to mainly be resourced by direct labour, with limited sub-contracted work in specialist areas only.

Contractors expressing an interest in tendering for the Service Category applied for must be able to provide under the following Lots:

Lot 1. General Building including basic electrical and mechanical building services
Lot 2. Drainage.
Lot 3. Roofing.
Lot 4. Finishes.
Lot 5. Glazing and window replacement.
Lot 6. Electrical services.
Lot 7. Mechanical and plumbing services.

Historically the contract has been based on the National Schedule of Rates (NSR) and a Joint Contracts Tribunal (JCT) Standard Form of Measured Term Contract. The Council is considering the use of both target costing, schedules of rates, and industry standard contracts (including the New Engineering Contract (NEC) and JCT contracts) as part of a consultation exercise being undertaken, the outcome of which will feed into and determine the final decision. You should be fully conversant with the use of the NSR for measuring items of work ordered.

The length of the arrangement will be for a period of 3 years with a 12 month optional contract extensions at the end of year 3 which is at the sole discretion of the Council.

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/2C69CGGQJH .

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.


The Authority wishes to establish a Framework Agreement for use by the additional following UK public sector bodies located within the county of Leicestershire (and any future successors to these organisations):

Local Authorities http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG).
Educational Establishments in England within the County of Leicestershire l maintained by the Department for Education, Universities and Colleges but NOT Independent Schools http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true.
http://www2.le.ac.uk
http://www.dmu.ac.uk/home.aspx
Police Forces within the county of Leicestershire http://www.leics.police.uk/
Fire and Rescue Services within the County of Leicestershire http://www.fireservice.co.uk/information/ukfrs.
Leicestershire Fire & Rescue Service
Anstey Frith
Leicester Road
Glenfield
Leicester
LE3 8HD
NHS Bodies within the County of Leicestershire including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts.(There is also a drill down to NHS Doctors making them ‘easily identifiable’)
http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm. http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx
http://www.general-practitioners-uk.co.uk/city-Leicester.html                  
         Estimated value excluding VAT:
         Range between: 11,800,000 and 23,600,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Building maintenance, Responsive Repairs & Small Works contracts – General Building including basic electrical and mechanical building services

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  45210000 - Building construction work.
                  45260000 - Roof works and other special trade construction works.
                  45100000 - Site preparation work.
                  45300000 - Building installation work.
                  45400000 - Building completion work.
                  50700000 - Repair and maintenance services of building installations.
                  71251000 - Architectural and building-surveying services.
                  71315300 - Building surveying services.
         
      3)Quantity Or Scope:      
      Internal and external improvement/alterations, repair and maintenance to buildings including: - temporary works and site security, scaffolding and working platforms, demolition, alteration and renovation, groundwork, in-situ and pre-cast concrete, masonry, structures and casting, cladding/covering, waterproofing, lining, sheathing and dry partitioning, windows/doors stairs/surface finishes, fixed furniture and equipment, insulation/proofing work, fire stops and compartmentation, carpentry & joinery, minor general build works, external works, disposal systems including rainwater & drainage, small scale hot and cold water services including pipe and tank insulation, small scale electrical heating lighting and power services, small scale communications/security systems.               
         Value range between: 2,400,000 and 4,800,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Building maintenance, Responsive Repairs & Small Works contracts - Drainage

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  45330000 - Plumbing and sanitary works.
                  45332000 - Plumbing and drain-laying work.
                  45111240 - Ground-drainage work.
                  45111250 - Ground investigation work.
                  71351500 - Ground investigation services.
                  45232451 - Drainage and surface works.
                  45232411 - Foul-water piping construction work.
                  45232454 - Rainwater basin construction work.
         
      3)Quantity Or Scope:      
      Specialist drainage installation, clearance, maintenance and repair service to include jetting, CCTV Surveys, repair, testing, lining & renewal of sections of underground services.               
         Value range between: 300,000 and 600,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Building maintenance Responsive Repairs & Small Works contracts - Roofing

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  45261900 - Roof repair and maintenance work.
                  45261910 - Roof repair.
                  45261920 - Roof maintenance work.
                  45261200 - Roof-covering and roof-painting work.
                  45261410 - Roof insulation work.
                  45261300 - Flashing and guttering work.
                  45261100 - Roof-framing work.
                  45261400 - Sheeting work.
         
      3)Quantity Or Scope:      
      Roofing and guttering specialist service to include repair, maintenance and new installation of all types of roof finishes. Service to include tiled, felt, lead work and other specialist finishes including rainwater gutters.               
         Value range between: 1,600,000 and 3,200,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4
      Title: Building maintenance Responsive Repairs & Small Works contracts - Finishes

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  45410000 - Plastering work.
                  45432000 - Floor-laying and covering, wall-covering and wallpapering work.
                  45442100 - Painting work.
                  45442110 - Painting work of buildings.
                  45442120 - Painting and protective-coating work of structures.
                  45431100 - Floor-tiling work.
                  45431200 - Wall-tiling work.
                  45262340 - Grouting work.
                  45324000 - Plasterboard works.
                  45421146 - Installation of suspended ceilings.
                  45432114 - Wood flooring work.
                  45442180 - Repainting work.
                  45450000 - Other building completion work.
                  45451200 - Panelling work.
                  45452000 - Exterior cleaning work for buildings.
                  45442200 - Application work of anti-corrosive coatings.
                  45442300 - Surface-protection work.
         
      3)Quantity Or Scope:      
      Maintenance and improvement service for all buildings fabric, ie painting & decorations (both internal and external), plastering, repair/ renewal of ceilings (including suspended), all types of floor finishes, wall covering and wall papering, pre-paint repairs (timber/metal), window adjustment and repairs.               
         Value range between: 600,000 and 1,200,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 5
      Title: Building maintenance Responsive Repairs & Small Works contracts – Glazing and Window Replacement

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  45441000 - Glazing work.
                  45421110 - Installation of door and window frames.
                  45421112 - Installation of window frames.
         
      3)Quantity Or Scope:      
      Maintenance and installation service for all glazing types including plain, Georgian, special glass, double glazing, decorative glazing (eg. stained/leaded) and window replacement. Working on multi-storey and high rise buildings.               
         Value range between: 500,000 and 1,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 6
      Title: Building maintenance Responsive Repairs & Small Works contracts - Electrical Services

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  50610000 - Repair and maintenance services of security equipment.
                  50432000 - Repair and maintenance services of clocks.
                  50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
                  45259000 - Repair and maintenance of plant.
                  45310000 - Electrical installation work.
                  45311000 - Electrical wiring and fitting work.
                  45312000 - Alarm system and antenna installation work.
                  45312100 - Fire-alarm system installation work.
                  45312200 - Burglar-alarm system installation work.
                  45312310 - Lightning-protection works.
                  45312320 - Television aerial installation work.
                  45314300 - Installation of cable infrastructure.
                  45315000 - Electrical installation work of heating and other electrical building-equipment.
                  45316000 - Installation work of illumination and signalling systems.
                  45317000 - Other electrical installation work.
                  51111000 - Installation services of electric motors, generators and transformers.
                  51310000 - Installation services of radio, television, sound and video equipment.
                  51700000 - Installation services of fire protection equipment.
                  50232100 - Street-lighting maintenance services.
                  50711000 - Repair and maintenance services of electrical building installations.
                  51110000 - Installation services of electrical equipment.
                  71314100 - Electrical services.
                  71632000 - Technical testing services.
         
      3)Quantity Or Scope:      
      Installation, maintenance and improvement of general electrical plant and services such as power, lighting, heating (space & water), controls, pumps and motors; data/communication, security systems, small scale fire alarm works, emergency lighting, disability and access systems, lightning protection.               
         Value range between: 4,000,000 and 8,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 7
      Title: Building maintenance, Responsive Repairs & Small Works contracts - Mechanical and Plumbing Services

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
                  45259300 - Heating-plant repair and maintenance work.
                  45330000 - Plumbing and sanitary works.
                  50510000 - Repair and maintenance services of pumps, valves, taps and metal containers.
                  50710000 - Repair and maintenance services of electrical and mechanical building installations.
                  50712000 - Repair and maintenance services of mechanical building installations.
                  50720000 - Repair and maintenance services of central heating.
                  45259000 - Repair and maintenance of plant.
                  45259900 - Plant upgrade work.
                  45320000 - Insulation work.
                  45321000 - Thermal insulation work.
                  45331000 - Heating, ventilation and air-conditioning installation work.
                  45331100 - Central-heating installation work.
                  45331110 - Boiler installation work.
                  45332000 - Plumbing and drain-laying work.
                  45332400 - Sanitary fixture installation work.
                  45333000 - Gas-fitting installation work.
                  45350000 - Mechanical installations.
                  45351000 - Mechanical engineering installation works.
                  45421147 - Installation of grilles.
                  50721000 - Commissioning of heating installations.
                  50760000 - Repair and maintenance of public conveniences.
                  51100000 - Installation services of electrical and mechanical equipment.
                  51130000 - Installation services of steam generators, turbines, compressors and burners.
                  51514100 - Installation services of liquid filtering or purifying machinery and apparatus.
                  51800000 - Installation services of metal containers.
                  51810000 - Installation services of tanks.
                  71314310 - Heating engineering services for buildings.
                  45232141 - Heating works.
                  45421151 - Installation of fitted kitchens.
                  50531300 - Repair and maintenance services of compressors.
                  50730000 - Repair and maintenance services of cooler groups.
                  71315000 - Building services.
                  71320000 - Engineering design services.
                  71333000 - Mechanical engineering services.
                  71630000 - Technical inspection and testing services.
         
      3)Quantity Or Scope:      
      Installation, maintenance and improvement of mechanical and plumbing services plant and equipment including soil and waste, cold and hot water services, grey water services, water hygiene, conditioning, sterilization and scale inhibition, gas/oil fired boilers, fires and water heaters, wet space heating systems, pump / valve maintenance, gas fired space heating, solar thermal water heaters, thermal insulation to pipework and equipment, ventilation and air conditioning, chilled water systems, fire protection – dry risers, laboratory fittings, sumps and submersible pumps.               
         Value range between: 2,400,000 and 4,800,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The provision of appropriate guarantees, bonds and warranties is reserved.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As per the contract documentation.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Membership of regulatory or trade bodies relevant to some Lots applied for are required eg GasSafe, NICEIC, HVCA and any other relevant memberships, or equivalent.      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         Between 5 and 8 operators will be invited to tender per Lot.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/02/2013
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 05/03/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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, and the contract will be awarded on the basis of the most economically advantageous tender.

The Council is considering the use of both target costing, schedules of rates, and industry standard contracts (including the New Engineering Contract (NEC) and JCT contracts) as part of a consultation exercise being undertaken, the outcome of which will feed into and determine the final decision.

The value of the contract given, 11,800,000 - 23,600,000 GBP, is for the whole contract, including the option to extend if taken up.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=48828106
GO-2013111-PRO-4508893 TKR-2013111-PRO-4508892
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 11/01/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      AS PER SECTION II ABOVE
      AS PER SECTION II ABOVE, Leicester, United Kingdom

View any Notice Addenda

View Award Notice

UK-LEICESTER: Miscellaneous repair and maintenance services.

Section I: Contracting Authority
   Title: UK-LEICESTER: Miscellaneous repair and maintenance services.
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164544023, Email: Andrew.Flood@leicester.gov.uk
      Attn: Andrew Flood

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Building Maintenance, Responsive Repairs & Small Works 2013      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKF21 - Leicester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Miscellaneous repair and maintenance services. Repair and maintenance services of building installations. Building construction work. Roof works and other special trade construction works. Building installation work. Building completion work. Other building completion work. Installation services of electrical and mechanical equipment. Building services. Building-inspection services. Leicester City Council (“the Council”) is responsible for Property Services to approximately 800 buildings, including schools, community homes, libraries and museums etc. The Services are to be undertaken to primarily Leicester City Council’s non domestic buildings but the framework will be open and made available to domestic buildings and other contracting authorities within the County of Leicestershire, including Universities, the NHS, and Police. Accordingly where a range of value has been quoted (see lots) the lower range value applies to the estimated Leicester City Council total value and the upper range value relates to the total estimated maximum value for all contracting authorities.
The Council invites applications from suitably experienced and qualified Specialist Contractor(s) for the following Categories of Works and Services:
1. Emergency call out service;
a. Normal working hours
b. Out of Hours
2. Responsive repair;
3. Routine repair;
4. Small Works;
5. Minor improvements and alterations;


The Contract is intended for works and services not exceeding £10,000 per individual order value.

The above categories of works will be tendered in 7 separate lots.
      II.1.5)Common procurement vocabulary:
         50800000 - Miscellaneous repair and maintenance services.
         50700000 - Repair and maintenance services of building installations.
         45210000 - Building construction work.
         45260000 - Roof works and other special trade construction works.
         45300000 - Building installation work.
         45400000 - Building completion work.
         45450000 - Other building completion work.
         51100000 - Installation services of electrical and mechanical equipment.
         71315000 - Building services.
         71315400 - Building-inspection services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 50
         Quality - 50
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: General building

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: 6       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Oliveti Construction Ltd
         Postal address: 2A Peatling Road, Countesthorpe,
         Town: Leicester
         Postal code: LE8 5RD
      V.4)Information On Value Of Contract
         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 2
      Title: Drainage

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 8          
         Number Of Offers Received By Electronic Means: 8       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Aqua Jet Specialist Drainage Contractors Ltd
         Postal address: Hilton Business Park, the Mease
         Town: Hilton, Derbyshire
         Postal code: DE65 5FJ
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   3: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 3
      Title: Roofing

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Thomas Cassie & Sons
         Postal address: 1 Slater Street, Frog Island
         Town: Leicester
         Postal code: LE3 5AS
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   4: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 4
      Title: Finishes

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Alfred Bagnall & Sons (East Midlands) Ltd
         Postal address: Unit 12 Boston Road, Gorse Hill Industrial Estate Leicester LE4 1AU
         Town: Leicester
         Postal code: LE4 1AU
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   5: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 5
      Title: Glazing

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Norman & Underwood
         Postal address: the Free School Building, 170 Scudamore Road
         Town: Leicester
         Postal code: LE3 1HP
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   6: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 6
      Title: Electrical Services

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Lowe Electrical Contractors Ltd
         Postal address: 89 Wellington Street
         Town: Leicester
         Postal code: LE1 6HJ
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   7: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 7
      Title: Mechanical & Plumbing Services

      V.1)Date Of Contract Award: 02/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: AT Services Ltd Unit 61
         Postal address: Unit 61 The Whittle Estate, Cambridge Road, Whetstone
         Town: Leicester
         Postal code: LE8 6LH
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      The value of the contract of 11,800,000 - 23,600,000 GBP, is for the whole contract (3 years plus 1 year) , including the option to extend if taken up. The estimated annual value for each lot is as follows:
Lot 1 General Building £600,000 - £1,200,000 per year; Lot 2 Drainage £75,000 - £150,000 per year; Lot 3 Roofing £400,000 - £400,000 per year; Lot 4 Finishes £150,000 - £300,000 per year; Lot 5 Glazing £125,000 - £250,000 per year; Lot 6 Electrical Services £1,000,000 -£2,000,000 per year; Lot 7 Mechanical and Plumbing Services£600,000 – £1,200,000 per year

The Framework Agreement established and awarded is for use by the following additional UK public sector bodies located within the county of Leicestershire (and any future successors to these organisations) and referred to within the original contract notice :

Local Authorities http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG).
Educational Establishments in England within the County of Leicestershire l maintained by the Department for Education, Universities and Colleges but NOT Independent Schools http://www.edubase.gov.uk/search.xhtml;jsessionid=4767F89630A039E98FE593093D577013?clear=true.
http://www2.le.ac.uk
http://www.dmu.ac.uk/home.aspx
Police Forces within the county of Leicestershire http://www.leics.police.uk/
Fire and Rescue Services within the County of Leicestershire http://www.fireservice.co.uk/information/ukfrs.
Leicestershire Fire & Rescue Service
Anstey Frith
Leicester Road
Glenfield
Leicester
LE3 8HD
NHS Bodies within the County of Leicestershire including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts.(There is also a drill down to NHS Doctors making them ‘easily identifiable’)
http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm. http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx
http://www.general-practitioners-uk.co.uk/city-Leicester.html
Estimated value excluding VAT:
Range between: 11,800,000 and 23,600,000
Currency: GBP
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=92336706
GO-201449-PRO-5592935 TKR-201449-PRO-5592934   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 09/04/2014   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      As stated in notice
      Leicester base, Leicester, United Kingdom