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
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
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
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