Stoke-on-Trent City Council: Planned Works Framework

  Stoke-on-Trent City Council has published this notice through Delta eSourcing

Notice Summary
Title: Planned Works Framework
Notice type: Contract Notice
Authority: Stoke-on-Trent City Council
Nature of contract: Works
Procedure: Open
Short Description: Background Unitas Stoke-on-Trent Limited (Unitas) is a wholly owned subsidiary of Stoke-on-Trent City Council which was established in March 2017 to deliver repairs and maintenance services for the Council’s housing stock and public buildings following the decision to end the current joint venture partnership with Kier Stoke Limited (Kier Stoke). The joint venture with Kier Stoke ends at midnight on 3 February 2018 at which point Unitas will commence delivering the services. Introduction A number of contractor frameworks are now being procured to support Unitas in the delivery of its repairs and maintenance obligations. This Framework, known as the Planned Works Framework, is being procured to deliver a number of planned works programmes including component replacements and elemental renewals. Whilst Unitas will have directly employed tradespeople, they will primarily be focussed on responsive repairs activity.
Published: 09/08/2017 14:04

View Full Notice

UK-Stoke-on-Trent: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Stoke-on-Trent City Council
             Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
             Tel. +44 1782236418, Email: sharon.sharpe@stoke.gov.uk
             Contact: Sharon Sharpe
             Main Address: https://www.stoke.gov.uk/site
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities/
      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: Planned Works Framework       
      Reference Number: H&C/2017/39
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Background
Unitas Stoke-on-Trent Limited (Unitas) is a wholly owned subsidiary of Stoke-on-Trent City Council which was established in March 2017 to deliver repairs and maintenance services for the Council’s housing stock and public buildings following the decision to end the current joint venture partnership with Kier Stoke Limited (Kier Stoke). The joint venture with Kier Stoke ends at midnight on 3 February 2018 at which point Unitas will commence delivering the services.

Introduction
A number of contractor frameworks are now being procured to support Unitas in the delivery of its repairs and maintenance obligations.

This Framework, known as the Planned Works Framework, is being procured to deliver a number of planned works programmes including component replacements and elemental renewals. Whilst Unitas will have directly employed tradespeople, they will primarily be focussed on responsive repairs activity.       
      II.1.5) Estimated total value:
      Value excluding VAT: 32,760,000       
      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: Kitchen Replacement       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45421151 - Installation of fitted kitchens.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Kitchen Replacement
      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: 5,600,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Bathroom Replacement       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45211310 - Bathrooms construction work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Bathroom replacement
      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: 1,600,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Central Heating Replacement       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45331100 - Central-heating installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Central Heating Replacement
      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: 4,000,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Roof and ESFG       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45260000 - Roof works and other special trade construction works.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Roof and ESFG
      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: 1,200,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Doors, Windows and Canopies       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45421100 - Installation of doors and windows and related components.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Doors, Windows and Canopies
      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: 2,960,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Electrical installation Testing, Upgrading and Rewire       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      45310000 - Electrical installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Electrical install testing, upgrading and rewire.
      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: 3,400,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Structural and Damp Proofing       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Structural and Damp
      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: 4,400,000       
      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.2.10) 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: Yes
      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: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Void Clearance       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      45111213 - Site-clearance work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Void Clearance
      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: 1,000,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Environmental Works       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      45262640 - Environmental improvement works.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Environmental Works
      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: 4,800,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: External Decoration       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      45442110 - Painting work of buildings.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Environmental Works
      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: 600,000       
      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.2.10) 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: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: Energy Efficiency Works       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      45320000 - Insulation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Energy Efficiency Works
      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: 3,200,000       
      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.2.10) 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: Not provided       


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    
      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.1.5) 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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 60           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Applicable    
   
   
   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: 13/09/2017 Time: 16:00
            
      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:
         Duration in month(s): 12
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/09/2017
         Time: 16:05
         Place:
         Offices of Stoke-on-Trent City Council
      

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 No       
   Electronic payment will be used No       
   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.

Stoke-on-Trent City Council and Unitas Stoke Ltd. are seeking suitable organisations to appoint to:

Planned Works Framework

A competitive tender exercise is being undertaken to seek suppliers for this requirement, so if you are interested in bidding please follow the instructions below to access our e-tendering portal.

Supplier Instructions:

1.Browse to the WMCoE eSourcing Portal:

https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities/

2. Click the “Click here to register” link

3. Accept the terms and conditions and click “continue”

4. Enter your correct business and user details

5. Note the username you chose and click “save” when complete

6. You will receive an email with your unique password (keep this secure)

7. Login to the portal with the username/password

8. Click the “ITTs open to all suppliers” link. (These are ITTs open to any registered supplier)

9. Click on the relevant ITT to access the content

10. Click the “Express Interest” button in the “Actions” on the left-hand side of the page.

This will move the ITT over to the “My ITTs” page. (This is a secure area reserved for your projects only)

11. Click on the ITT code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box on the left-hand side of the page

12. You can now choose to “Reply” or “Reject”

13. Note the deadline for completion, then follow the onscreen instructions to complete the ITT


If you require any further assistance the BravoSolution help desk is available Mon-Fri – 8am-6pm on: email: help@bravosolution.co.uk

Telephone No: 0800 0698 630
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=271545366
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stoke-on-Trent City Council
       Stoke-on-Trent, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Stoke-on-Trent City Council
          Stoke-on-Trent, United Kingdom
   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: 09/08/2017

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
       Staffordshire University
       Stoke-on-Trent, Stoke-on-Trent, ST, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Main Address: http://www.education.gov.uk/edubase/home.xhtml
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Public education organisations within Stoke-on-Trent and Staffordshire County
       Public education organisations within Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Contact: sharon.sharpe@stoke.gov.uk
       Main Address: http://www.education.gov.uk/edubase/home.xhtml
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       Public health organisations within Stoke-on-Trent and Staffordshire County
       Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Main Address: http://www.nhs.uk/NHSEngland/thenhs/about/Pages/nhsstructure.aspx
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       Local authorities within Stoke-on-Trent and Staffordshire County
       Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
       Email: sharon.sharp@stoke.gov.uk
       Contact: sharon.sharp@stoke.gov.uk
       Main Address: http://webarchive.nationalarchives.gov.uk/20140727120113/http://local.direct.gov.uk/Data/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       High Peak Borough Council
       Market Place, Buxton, SK17 6EL, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Main Address: https://www.highpeak.gov.uk/
       NUTS Code: UK

View any Notice Addenda

Planned Works Framework

UK-Stoke-on-Trent: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Stoke-on-Trent City Council
       Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
       Tel. +44 1782236418, Email: sharon.sharpe@stoke.gov.uk
       Contact: Sharon Sharpe
       Main Address: https://www.stoke.gov.uk/site
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Planned Works Framework      Reference number: H&C/2017/39      
   II.1.2) Main CPV code:
      45000000 - Construction work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Background
Unitas Stoke-on-Trent Limited (Unitas) is a wholly owned subsidiary of Stoke-on-Trent City Council which was established in March 2017 to deliver repairs and maintenance services for the Council’s housing stock and public buildings following the decision to end the current joint venture partnership with Kier Stoke Limited (Kier Stoke). The joint venture with Kier Stoke ends at midnight on 3 February 2018 at which point Unitas will commence delivering the services.

Introduction
A number of contractor frameworks are now being procured to support Unitas in the delivery of its repairs and maintenance obligations.

This Framework, known as the Planned Works Framework, is being procured to deliver a number of planned works programmes including component replacements and elemental renewals. Whilst Unitas will have directly employed tradespeople, they will primarily be focussed on responsive repairs activity.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 11/08/2017

VI.6) Original notice reference:

   Notice Reference:    2017 - 209951   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 09/08/2017

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: VII.1          
         Lot No: Not provided          
         Place of text to be modified: VII.1 Additional information previously omitted          
         Instead of: Not applicable          
         Read: Stoke-on-Trent City Council and Unitas Ltd have considered their obligations in relation to the Public Services (Social Value) Act 2012 applies. As such Stoke-on-Trent City Council has duly considered how the proposed procurement might improve the economic, social and environmental well-being within the contract area and how in conducting this procurement, this improvement can be secured. Social value is pivotal to the Council and part of its strategic vision and objectives. Therefore the evaluation criteria includes elements relating to economic and social factors and, given its importance, will constitute 30% of the tender assessment. These factors include contractors' ability to support the local economy through providing supply chain opportunities and to provide employment and training opportunities in the area covered by the contract
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.1.3          
         Lot No: Not provided          
         Place of text to be modified: IV.1.3)          
         Instead of: IV.1.3) Envisaged maximum number of participants to the framework agreement: 60          
         Read: IV.1.3) Envisaged maximum number of participants to the framework agreement: 55
                                    
   
VII.2) Other additional information: Planned Works Framework
A competitive tender exercise is being undertaken to seek suppliers for this requirement, so if you are interested in bidding please follow the instructions below to access our e-tendering portal.
Supplier Instructions:
https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities/
If you require any further assistance the BravoSolution help desk is available Mon-Fri – 8am-6pm on: email: help@bravosolution.co.uk Telephone No: 0800 0698 630
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=272893618


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          Staffordshire University
          Stoke-on-Trent, Stoke-on-Trent, ST, United Kingdom
          Email: sharon.sharpe@stoke.gov.uk
          Main Address: http://www.education.gov.uk/edubase/home.xhtml
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      2. Contracting Authority/Entity:
          Public education organisations within Stoke-on-Trent and Staffordshire County
          Public education organisations within Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
          Email: sharon.sharpe@stoke.gov.uk
          Contact: sharon.sharpe@stoke.gov.uk
          Main Address: http://www.education.gov.uk/edubase/home.xhtml
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      3. Contracting Authority/Entity:
          Public health organisations within Stoke-on-Trent and Staffordshire County
          Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
          Email: sharon.sharpe@stoke.gov.uk
          Main Address: http://www.nhs.uk/NHSEngland/thenhs/about/Pages/nhsstructure.aspx
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      4. Contracting Authority/Entity:
          Local authorities within Stoke-on-Trent and Staffordshire County
          Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
          Email: sharon.sharp@stoke.gov.uk
          Contact: sharon.sharp@stoke.gov.uk
          Main Address: http://webarchive.nationalarchives.gov.uk/20140727120113/http://local.direct.gov.uk/Data/
          NUTS Code: UK

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      5. Contracting Authority/Entity:
          High Peak Borough Council
          Market Place, Buxton, SK17 6EL, United Kingdom
          Email: sharon.sharpe@stoke.gov.uk
          Main Address: https://www.highpeak.gov.uk/
          NUTS Code: UK

View Award Notice

UK-Stoke-on-Trent: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Stoke-on-Trent City Council
       Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
       Tel. +44 1782236418, Email: sharon.sharpe@stoke.gov.uk
       Contact: Sharon Sharpe
       Main Address: https://www.stoke.gov.uk/site
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Planned Works Framework            
      Reference number: H&C/2017/39

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Background
Unitas Stoke-on-Trent Limited (Unitas) is a wholly owned subsidiary of Stoke-on-Trent City Council which was established in March 2017 to deliver repairs and maintenance services for the Council’s housing stock and public buildings following the decision to end the current joint venture partnership with Kier Stoke Limited (Kier Stoke). The joint venture with Kier Stoke ends at midnight on 3 February 2018 at which point Unitas will commence delivering the services.

Introduction
A number of contractor frameworks are now being procured to support Unitas in the delivery of its repairs and maintenance obligations.

This Framework, known as the Planned Works Framework, is being procured to deliver a number of planned works programmes including component replacements and elemental renewals. Whilst Unitas will have directly employed tradespeople, they will primarily be focussed on responsive repairs activity.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 32,760,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Kitchen Replacement   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45421151 - Installation of fitted kitchens.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Kitchen Replacement

      II.2.5) Award criteria:
      Quality criterion - Name: Health and Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Bathroom Replacement   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45211310 - Bathrooms construction work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Bathroom replacement

      II.2.5) Award criteria:
      Quality criterion - Name: Health & Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Central Heating Replacement   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45331100 - Central-heating installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Central Heating Replacement

      II.2.5) Award criteria:
      Quality criterion - Name: Health & Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Roof and ESFG   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45260000 - Roof works and other special trade construction works.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Roof and ESFG

      II.2.5) Award criteria:
      Quality criterion - Name: Health & Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Doors, Windows and Canopies   
      Lot No:5

      II.2.2) Additional CPV code(s):
            45421100 - Installation of doors and windows and related components.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Doors, Windows and Canopies

      II.2.5) Award criteria:
      Quality criterion - Name: Health & Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Electrical installation Testing, Upgrading and Rewire   
      Lot No:6

      II.2.2) Additional CPV code(s):
            45310000 - Electrical installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Electrical install testing, upgrading and rewire.

      II.2.5) Award criteria:
      Quality criterion - Name: Health & Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Structural and Damp Proofing   
      Lot No:7

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Structural and Damp

      II.2.5) Award criteria:
      Quality criterion - Name: Health & Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Void Clearance   
      Lot No:8

      II.2.2) Additional CPV code(s):
            45111213 - Site-clearance work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Void Clearance

      II.2.5) Award criteria:
      Quality criterion - Name: Health and Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Environmental Works   
      Lot No:9

      II.2.2) Additional CPV code(s):
            45262640 - Environmental improvement works.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Environmental Works

      II.2.5) Award criteria:
      Quality criterion - Name: Health and Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 10)
   

      II.2.1) Title:External Decoration   
      Lot No:10

      II.2.2) Additional CPV code(s):
            45442110 - Painting work of buildings.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Environmental Works

      II.2.5) Award criteria:
      Quality criterion - Name: Health and Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Energy Efficiency Works   
      Lot No:11

      II.2.2) Additional CPV code(s):
            45320000 - Insulation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Energy Efficiency Works

      II.2.5) Award criteria:
      Quality criterion - Name: Health and Safety / Weighting: 100
      Quality criterion - Name: Operational Delivery / Weighting: 100
      Quality criterion - Name: Tenant Satisfaction / Weighting: 100
      Quality criterion - Name: Local Supply Chain / Weighting: 150
      Quality criterion - Name: Local Employment / Weighting: 150
                  
      Cost criterion - Name: Price Evaluation / Weighting: 400
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: LOT 1    
   Lot Number: 1    
   Title: Kitchen Replacement

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kier Services
             Thorncliffe Hall, Thorncliife Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Liberty Gas Group Ltd
             Charley Wood Road, Liverpool, L33 7SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Novus Property Solutions Ltd
             PO BOX 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,600,000          
         Total value of the contract/lot: 5,600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: LOT 2    
   Lot Number: 2    
   Title: Bathroom Replacement

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kier Services
             Thorncliffe Hall, Thorncliife Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Liberty Gas Group Ltd
             Charley Wood Road, Liverpool, L33 7SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Novus Property Solutions Ltd
             PO BOX 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Phoenix Gas Services Ltd
             Unit 2, Century Road, High Carr Business Park, Newcastle-under-Lyme, ST5 7UG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,600,000          
         Total value of the contract/lot: 1,600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: LOT 3    
   Lot Number: 3    
   Title: Central Heating Replacement

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Liberty Gas Group Ltd
             Charley Wood Road, Liverpool, L33 7SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Holdcroft Heating & Gas Fitting Ltd
             Moorland Road, Burslem, Stoke-on-Trent, ST6 1EA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Phoenix Gas Services Ltd
             Unit 2, Century Road, High Carr Business Park, Newcastle-under-Lyme, ST5 7UG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Novus Property Solutions Ltd
             PO BOX 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: LOT 4    
   Lot Number: 4    
   Title: Roof & ESFG

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Morgan & Bond Ltd
             Unit 3 Stanley Business Park, Prospect Road, Burntwood, WS7 0AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Novus Property Solutions Ltd
             P O Box 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,200,000          
         Total value of the contract/lot: 1,200,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: LOT 5    
   Lot Number: 5    
   Title: Doors, Windows, Canopies

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Novus Property Solutions Ltd
             P O Box 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Morgan & Bond Ltd
             Unit 3 Stanley Business Park, Prospect Road, Burntwood, WS7 0AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,960,000          
         Total value of the contract/lot: 2,960,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: LOT 6    
   Lot Number: 6    
   Title: Electrical installation Testing, Upgrading and Rewire

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 23
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Dodd Group (Midlands) Ltd
             Unit 1 Rabone Park, Smethwick, B66 2NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Liberty Gas Group Ltd
             Charley Wood Road, Liverpool, L33 7SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Holdcroft Heating & Gas Fitting Ltd
             Moorland Road, Burslem, Stoke-on-Trent, ST6 1EA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,400,000          
         Total value of the contract/lot: 3,400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: LOT 7    
   Lot Number: 7    
   Title: Structural & Damp Proofing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Castle Property Services (UK) Ltd
             Unit 33, Newcastle Enterprise Centre, Newcastle-under-Lyme, ST5 6BX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Lovell Partnerships
             Unit E Pinewood, Birmingham, B32 3BZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,400,000          
         Total value of the contract/lot: 4,400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: LOT 8    
   Lot Number: 8    
   Title: Void Clearance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PAG Cleaning Services
             unit 5b parkhall ind estate gibson street tunstall, Stoke-on-Trent, st6 6aq, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             PM Training
             Atlas works, College Road, Stoke-on-Trent, St1 4DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Lovell Partnerships
             Unit E Pinewood, Birmingham, B32 3BZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: LOT 9    
   Lot Number: 9    
   Title: Environmental Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Novus Property Solutions Ltd
             P O Box 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Morgan & Bond Ltd
             Unit 3 Stanley Business Park, Prospect Road, Burntwood, WS7 0AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Fords of Blythe Bridge Ltd
             203 GRINDLEY LANE, Blythe Bridge, Staffordshire, ST11 9JS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,800,000          
         Total value of the contract/lot: 4,800,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: LOT 10    
   Lot Number: 10    
   Title: External Decoration

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bell Decorating Group Ltd
             Unit 12, Newark Business Park, Brunel Drive, Newark, Nottingham, NG24 2EG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Novus Property Solutions Ltd
             P O Box 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Mitie Property Services (UK) Ltd
             Suite 1 Kingston House, Lydiard Fields, Great Western Way, Swindon, SN5 8UB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Broad Oak Properties Ltd
             Broad Oak Farm, Green Head, Staffordshire, ST10 2EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 600,000          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: LOT 11    
   Lot Number: 11    
   Title: Energy Efficiency Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Novus Property Solutions Ltd
             P O Box 13, Stoke-on-Trent, ST1 5SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Seddon Construction Ltd
             Suite 3&4 Alexander House, Campbell Road, Stoke-on-Trent, ST4 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Kier Services
             Thorncliffe Hall, Thorncliffe Park Estate, Newton Chambers Road, Sheffield, S35 2PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Sustainable Building Services (UK) Ltd
             Unit 2B Maple Court, White Moss Business Park, Skelmersdale, Lancashire, WN8 9TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Cornerstone (East Anglia) Limited
             Units 2-4 Fuller Road, Harleston, Norfolk, IP20 9EA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,200,000          
         Total value of the contract/lot: 3,200,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: NOTE: THIS IS A CONTRACT AWARD NOTICE

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.

Stoke-on-Trent City Council and Unitas Stoke Ltd. are seeking suitable organisations to appoint to:

Planned Works Framework

A competitive tender exercise was undertaken to seek suppliers for this requirement using the Bravo e-tendering system.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=290944280

   VI.4) Procedures for review

      VI.4.1) Review body
          Stoke-on-Trent City Council
          Stoke-on-Trent, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Stoke-on-Trent City Council
          Stoke-on-Trent, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 05/12/2017

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Staffordshire University
       Stoke-on-Trent, Stoke-on-Trent, ST, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Main Address: http://www.education.gov.uk/edubase/home.xhtml
       NUTS Code: UK
   
   2: Contracting Authority
       Public education organisations within Stoke-on-Trent and Staffordshire County
       Public education organisations within Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Contact: sharon.sharpe@stoke.gov.uk
       Main Address: http://www.education.gov.uk/edubase/home.xhtml
       NUTS Code: UK
   
   3: Contracting Authority
       Public health organisations within Stoke-on-Trent and Staffordshire County
       Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Main Address: http://www.nhs.uk/NHSEngland/thenhs/about/Pages/nhsstructure.aspx
       NUTS Code: UK
   
   4: Contracting Authority
       Local authorities within Stoke-on-Trent and Staffordshire County
       Stoke-on-Trent and Staffordshire County, Stoke-on-Trent and Staffordshire County, ST, United Kingdom
       Email: sharon.sharp@stoke.gov.uk
       Contact: sharon.sharp@stoke.gov.uk
       Main Address: http://webarchive.nationalarchives.gov.uk/20140727120113/http://local.direct.gov.uk/Data/
       NUTS Code: UK
   
   5: Contracting Authority
       High Peak Borough Council
       Market Place, Buxton, SK17 6EL, United Kingdom
       Email: sharon.sharpe@stoke.gov.uk
       Main Address: https://www.highpeak.gov.uk/
       NUTS Code: UK