Colchester Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Kitchen Refurbishments |
Notice type: | Contract Notice |
Authority: | Colchester Borough Council |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year. The contract will be awarded initially for 1 year with the option to extend for a further 3 years, when annual kitchen installation numbers will be agreed, subject to annual performance and all parties agreeing to continue. |
Published: | 11/12/2024 10:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Colchester City Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 7976794358, Email: matthew.howe@colchester.gov.uk
Contact: Matt Howe
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Installation-of-fitted-kitchens./M89494FC82
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 agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Kitchen Refurbishments
Reference Number: 0416
II.1.2) Main CPV Code:
45421151 - Installation of fitted kitchens.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year.
The contract will be awarded initially for 1 year with the option to extend for a further 3 years, when annual kitchen installation numbers will be agreed, subject to annual performance and all parties agreeing to continue.
II.1.5) Estimated total value:
Value excluding VAT: 9,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year.
The contract will be a JCT Measured term Contract, 2024 Edition, awarded initially for 1 year with the option to extend for a further 3 years (on a 1 + 2 year basis).
Full details are provided within the tender documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Approach to Service Delivery/Undertaking the Works / Weighting: 20
Quality criterion - Name: Project Resources / Weighting: 5
Quality criterion - Name: Sub-Contractors / Weighting: 5
Quality criterion - Name: Project Plan / Weighting: 5
Quality criterion - Name: Contract Management/Performance Monitoring / Weighting: 5
Quality criterion - Name: Tenant Liaison / Weighting: 5
Quality criterion - Name: Environmental Sustainability and Carbon Reduction / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Bid Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 9,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/05/2025 / End: 30/04/2026
This contract is subject to renewal: Yes
Description of renewals: The contract can be extended for up to a further 3 years subject to performance and agreement on the annual requirement of kitchen installation's
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M89494FC82
The closing date for submitting the Selection Questionnaire (SQ) is Monday 13th January 2025. The SQ's will be evaluated and a maximum of the top 6 ranked bidders will be invited to the tender stage. It is anticipated that the tender will be issued on Monday 20th January 2025, with a return date of 17th February 2025 (anticipated dates).
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/01/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/01/2025
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): 3
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Installation-of-fitted-kitchens./M89494FC82
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M89494FC82
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Courts of Justice
London, w, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/12/2024
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Colchester City Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 7976794358, Email: matthew.howe@colchester.gov.uk
Contact: Matt Howe
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local agency/office
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Kitchen Refurbishments
Reference number: 0416
II.1.2) Main CPV code:
45421151 - Installation of fitted kitchens.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year.
The contract will be awarded initially for 1 year with the option to extend for a further 3 years, when annual kitchen installation numbers will be agreed, subject to annual performance and all parties agreeing to continue.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 10,108,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Colchester Borough Homes (the Authority) on behalf of Colchester City Council (the Council) wishes to commission a contractor to undertake the Kitchen replacement programme for 2025 -2029 to install, upgrade and replace approximately 1600 kitchens split over a four year term that is reviewed after each year.
The contract will be a JCT Measured term Contract, 2024 Edition, awarded initially for 1 year with the option to extend for a further 3 years (on a 1 + 2 year basis).
Full details are provided within the tender documentation.
II.2.5) Award criteria:
Quality criterion - Name: Approach to Service Delivery/Undertaking the Works / Weighting: 20
Quality criterion - Name: Project Resources / Weighting: 5
Quality criterion - Name: Sub-Contractors / Weighting: 5
Quality criterion - Name: Project Plan / Weighting: 5
Quality criterion - Name: Contract Management/Performance Monitoring / Weighting: 5
Quality criterion - Name: Tenant Liaison / Weighting: 5
Quality criterion - Name: Environmental Sustainability and Carbon Reduction / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Bid Price / Weighting: 40
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M89494FC82
The closing date for submitting the Selection Questionnaire (SQ) is Monday 13th January 2025. The SQ's will be evaluated and a maximum of the top 6 ranked bidders will be invited to the tender stage. It is anticipated that the tender will be issued on Monday 20th January 2025, with a return date of 17th February 2025 (anticipated dates).
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-039893
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: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/03/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Seager Heating Ltd, N/A
Unit 11 Williamsport Way, Lion Barn Industrial Estate, Needham Market, IP6 8RW, United Kingdom
Tel. +44 1473824884, Email: kelly@seagerheating.com
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: 10
Total value of the contract/lot: 10,108,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=933101018
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice
London, w, 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: 26/03/2025