Thurrock Council: PS/2013/575 - Housing Capital Programme – Building Contractors

  Thurrock Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: PS/2013/575 - Housing Capital Programme – Building Contractors
Notice type: Contract Notice
Authority: Thurrock Council
Nature of contract: Works
Procedure: Restricted
Short Description: The contracting authorities are about to embark upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council. The intention is to establish a framework of building contractors to undertake the works. To ensure good quality property standards are maintained for homes within the borough, Thurrock Council is planning to spend approximately £75m over the next 4 years on both internal and external refurbishment and improvements works to existing homes. The planned refurbishment works will deliver homes to the new “beyond decency” standard. This new standard aims to maximise the energy efficiency of homes, minimise damp and mould, and apply the thresholds below for the replacement of key elements: • Kitchens over 20 years; • Bathrooms over 30 years; • Boilers over 15 years; • Electrics over 25 years; • Windows over 30 years or single glazed • Roofs over 40 or 50 years as applicable. • Insulation works including but not limited to solid wall insulation The value of works for the new build developments is estimated to be between £160m - £200m over the next 4 years. New build developments will vary from small infill sites of around 2- 4 properties to major flatted development of c100 units. In addition the contracting authorities are also embarking upon an Educational Capital programme consisting of remodeling , refurbishment and improvement works and new build development programme within the administration area of Thurrock Council. These schemes may make use of the Contractors Framework, although such works are not sufficiently detailed at this stage. To facilitate the delivery of these works, the contracting authority wish to establish two frameworks. The first framework is a Design & Consultancy Framework- Housing Capital Programme which will cover professional services for the design and management of the works. The second framework will cover contractors to deliver the works. This OJEU notice covers only the second framework. The Building Contractors Framework- Housing Capital Programme is divided into the following four lots. Suppliers are able to submit tenders for more than one lots should they wish to do so. Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than £2m Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than £2m Lot 1c – Main Contractors – New Build Works with a construction value of less than £5m Lot 1d – Main Contractors – New Build Works with a construction value of more than £5m The framework would be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority NOTE:- Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. The deadline for submitting your response(s) is 11/09/2013 . Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
Published: 09/08/2013 16:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Grays: Construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom
      Tel. +44 1375652243, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
      Electronic Access URL: http://thurrock.g2b.info/
      Electronic Submission URL: http://thurrock.g2b.info/

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

   I.3) Main activity:
      Other: Mixed use and mixed tenure buildings

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: PS/2013/575 - Housing Capital Programme – Building Contractors
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS         Execution


         Region Codes: UKH32 - Thurrock         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Construction work. Site preparation work. Building demolition and wrecking work and earthmoving work. Demolition, site preparation and clearance work. Ground-stabilisation work. Ground-drainage work. Ground investigation work. Site-development work. Land-reclamation work. Site-reclamation work. Soil-decontamination work. Reclamation of waste land. Land rehabilitation work. Excavating work. Landscaping work for gardens. Pliers. Siteworks. Test drilling and boring work. Works for complete or part construction and civil engineering work. Building construction work. Construction work for multi-dwelling buildings and individual houses. Construction work for houses. Sheltered housing construction work. Houses construction work. Bathrooms construction work. Porches construction work. Multi-dwelling buildings construction work. Flats construction work. Multi-functional buildings construction work. Drainage construction works. Drainage and surface works. Roof works and other special trade construction works. Erection and related works of roof frames and coverings. Roof-framing work. Roof-covering and roof-painting work. Roof-covering work. Roof-tiling work. Roof-slating work. Metal roof-covering work. Bituminous roof-covering work. Solar panel roof-covering work. Roof-painting and other coating work. Roof-painting work. Cement roof-coating work. Flashing and guttering work. Guttering work. Sheeting work. Roof insulation work. Waterproofing work. Roof repair and maintenance work. Roof repair. Roof maintenance work. Special trade construction works other than roof works. Scaffolding work. Scaffolding dismantling work. Scaffolding erection work. Refurbishment of run-down buildings. Building alteration work. Building extension work. Balcony work. Building installation work. Electrical installation work. Electrical wiring and fitting work. Thermal insulation work. Sound insulation work. Plasterboard works. Plumbing and sanitary works. Heating, ventilation and air-conditioning installation work. Central-heating installation work. Boiler installation work. Ventilation and air-conditioning installation work. Ventilation installation work. Sanitary fixture installation work. Joinery and carpentry installation work. Installation of doors and windows and related components. Installation of door and window frames. Installation of door frames. Installation of window frames. Installation of thresholds. Installation of doors and windows. Installation of doors. Installation of windows. Installation of fitted kitchens. Installation of partition walls. Painting work. Painting work of buildings. Overhaul and refurbishment work. Refurbishment work. Repair and maintenance services of building installations. Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance services of electrical building installations. Construction supervision services. The contracting authorities are about to embark upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council.

The intention is to establish a framework of building contractors to undertake the works. To ensure good quality property standards are maintained for homes within the borough, Thurrock Council is planning to spend approximately £75m over the next 4 years on both internal and external refurbishment and improvements works to existing homes. The planned refurbishment works will deliver homes to the new “beyond decency” standard. This new standard aims to maximise the energy efficiency of homes, minimise damp and mould, and apply the thresholds below for the replacement of key elements:
•   Kitchens over 20 years;
•   Bathrooms over 30 years;
•   Boilers over 15 years;
•   Electrics over 25 years;
•   Windows over 30 years or single glazed   
•   Roofs over 40 or 50 years as applicable.
•   Insulation works including but not limited to solid wall insulation

The value of works for the new build developments is estimated to be between £160m - £200m over the next 4 years. New build developments will vary from small infill sites of around 2- 4 properties to major flatted development of c100 units.

In addition the contracting authorities are also embarking upon an Educational Capital programme consisting of remodeling , refurbishment and improvement works and new build development programme within the administration area of Thurrock Council. These schemes may make use of the Contractors Framework, although such works are not sufficiently detailed at this stage.

To facilitate the delivery of these works, the contracting authority wish to establish two frameworks. The first framework is a Design & Consultancy Framework- Housing Capital Programme which will cover professional services for the design and management of the works. The second framework will cover contractors to deliver the works. This OJEU notice covers only the second framework.

The Building Contractors Framework- Housing Capital Programme is divided into the following four lots. Suppliers are able to submit tenders for more than one lots should they wish to do so.

Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than £2m
Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than £2m
Lot 1c – Main Contractors – New Build Works with a construction value of less than £5m
Lot 1d – Main Contractors – New Build Works with a construction value of more than £5m

The framework would be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority



NOTE:- Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.


The deadline for submitting your response(s) is 11/09/2013 . Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
         
      II.1.6)Common Procurement Vocabulary:
         45000000 - Construction work.
         
         45100000 - Site preparation work.
         
         45110000 - Building demolition and wrecking work and earthmoving work.
         
         45111000 - Demolition, site preparation and clearance work.
         
         45111230 - Ground-stabilisation work.
         
         45111240 - Ground-drainage work.
         
         45111250 - Ground investigation work.
         
         45111291 - Site-development work.
         
         45112320 - Land-reclamation work.
         
         45112330 - Site-reclamation work.
         
         45112340 - Soil-decontamination work.
         
         45112350 - Reclamation of waste land.
         
         45112360 - Land rehabilitation work.
         
         45112400 - Excavating work.
         
         45112712 - Landscaping work for gardens.
         
         44512200 - Pliers.
         
         45113000 - Siteworks.
         
         45120000 - Test drilling and boring work.
         
         45200000 - Works for complete or part construction and civil engineering work.
         
         45210000 - Building construction work.
         
         45211000 - Construction work for multi-dwelling buildings and individual houses.
         
         45211100 - Construction work for houses.
         
         45211200 - Sheltered housing construction work.
         
         45211300 - Houses construction work.
         
         45211310 - Bathrooms construction work.
         
         45211320 - Porches construction work.
         
         45211340 - Multi-dwelling buildings construction work.
         
         45211341 - Flats construction work.
         
         45211350 - Multi-functional buildings construction work.
         
         45232450 - Drainage construction works.
         
         45232451 - Drainage and surface works.
         
         45260000 - Roof works and other special trade construction works.
         
         45261000 - Erection and related works of roof frames and coverings.
         
         45261100 - Roof-framing work.
         
         45261200 - Roof-covering and roof-painting work.
         
         45261210 - Roof-covering work.
         
         45261211 - Roof-tiling work.
         
         45261212 - Roof-slating work.
         
         45261213 - Metal roof-covering work.
         
         45261214 - Bituminous roof-covering work.
         
         45261215 - Solar panel roof-covering work.
         
         45261220 - Roof-painting and other coating work.
         
         45261221 - Roof-painting work.
         
         45261222 - Cement roof-coating work.
         
         45261300 - Flashing and guttering work.
         
         45261320 - Guttering work.
         
         45261400 - Sheeting work.
         
         45261410 - Roof insulation work.
         
         45261420 - Waterproofing work.
         
         45261900 - Roof repair and maintenance work.
         
         45261910 - Roof repair.
         
         45261920 - Roof maintenance work.
         
         45262000 - Special trade construction works other than roof works.
         
         45262100 - Scaffolding work.
         
         45262110 - Scaffolding dismantling work.
         
         45262120 - Scaffolding erection work.
         
         45262690 - Refurbishment of run-down buildings.
         
         45262700 - Building alteration work.
         
         45262800 - Building extension work.
         
         45262900 - Balcony work.
         
         45300000 - Building installation work.
         
         45310000 - Electrical installation work.
         
         45311000 - Electrical wiring and fitting work.
         
         45321000 - Thermal insulation work.
         
         45323000 - Sound insulation work.
         
         45324000 - Plasterboard works.
         
         45330000 - Plumbing and sanitary works.
         
         45331000 - Heating, ventilation and air-conditioning installation work.
         
         45331100 - Central-heating installation work.
         
         45331110 - Boiler installation work.
         
         45331200 - Ventilation and air-conditioning installation work.
         
         45331210 - Ventilation installation work.
         
         45332400 - Sanitary fixture installation work.
         
         45420000 - Joinery and carpentry installation work.
         
         45421100 - Installation of doors and windows and related components.
         
         45421110 - Installation of door and window frames.
         
         45421111 - Installation of door frames.
         
         45421112 - Installation of window frames.
         
         45421120 - Installation of thresholds.
         
         45421130 - Installation of doors and windows.
         
         45421131 - Installation of doors.
         
         45421132 - Installation of windows.
         
         45421151 - Installation of fitted kitchens.
         
         45421152 - Installation of partition walls.
         
         45442100 - Painting work.
         
         45442110 - Painting work of buildings.
         
         45453000 - Overhaul and refurbishment work.
         
         45453100 - Refurbishment work.
         
         50700000 - Repair and maintenance services of building installations.
         
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         
         50711000 - Repair and maintenance services of electrical building installations.
         
         71520000 - Construction supervision services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 250,000,000 and 300,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than £2m

      1)Short Description:      
      Refurbishment Works with a construction value of less than £2m

      2)Common Procurement Vocabulary:
         45000000 - Construction work.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than £2m

      1)Short Description:      
      Refurbishment Works with a construction value of more than £2m

      2)Common Procurement Vocabulary:
         45000000 - Construction work.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than £5m

      1)Short Description:      
      New Build Works with a construction value of less than £5m

      2)Common Procurement Vocabulary:
         45000000 - Construction work.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than £5m

      1)Short Description:      
      New Build Works with a construction value of more than £5m

      2)Common Procurement Vocabulary:
         45000000 - Construction work.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Details of any deposits, guarantees or bonds will be set out in the tender documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details of any deposits, guarantees or bonds will be set out in the tender documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      It is not intended that consortium or group organisations will be consider for this framework.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The Successful Framework contractors will be required to actively participate in the achievement of social and environmental policy objectives including the recruitment and training and the support or employment of apprentices. Long-term job seekers, school leavers, residents and small and medium enterprises. Accordingly, contract performance conditions will relate in particular to social and environmental considerations.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 4 and maximum number: 8   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PS/2013/575      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/09/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Grays:-Construction-work./54N8898B7Q

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54N8898B7Q
GO-201389-PRO-5026215 TKR-201389-PRO-5026214
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom
      Tel. +44 1375652243

      Body responsible for mediation procedures:
               Thurrock Council
         New Road, Grays, RM17 6SL, United Kingdom
         Tel. +44 1375652243

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom
      Tel. +44 1375652243

   VI.5) Date Of Dispatch Of This Notice: 09/08/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Grays: Construction work.

Section I: Contracting Authority
   Title: UK-Grays: Construction work.
   I.1)Name, Addresses and Contact Point(s):
      Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom
      Tel. +44 1375652243, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
      Electronic Access URL: http://thurrock.g2b.info/
      Electronic Submission URL: http://thurrock.g2b.info/

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

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: PS/2013/575 - Housing Capital Programme – Building Contractors      
      II.1.2)Type of contract and location of works:
         WORKS
Execution
         Region Codes: UKH32 - Thurrock         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Construction work. Site preparation work. Building demolition and wrecking work and earthmoving work. Demolition, site preparation and clearance work. Ground-stabilisation work. Ground-drainage work. Ground investigation work. Site-development work. Land-reclamation work. Site-reclamation work. Soil-decontamination work. Reclamation of waste land. Land rehabilitation work. Excavating work. Landscaping work for gardens. Pliers. Siteworks. Test drilling and boring work. Works for complete or part construction and civil engineering work. Building construction work. Construction work for multi-dwelling buildings and individual houses. Construction work for houses. Sheltered housing construction work. Houses construction work. Bathrooms construction work. Porches construction work. Multi-dwelling buildings construction work. Flats construction work. Multi-functional buildings construction work. Drainage construction works. Drainage and surface works. Roof works and other special trade construction works. Erection and related works of roof frames and coverings. Roof-framing work. Roof-covering and roof-painting work. Roof-covering work. Roof-tiling work. Roof-slating work. Metal roof-covering work. Bituminous roof-covering work. Solar panel roof-covering work. Roof-painting and other coating work. Roof-painting work. Cement roof-coating work. Flashing and guttering work. Guttering work. Sheeting work. Roof insulation work. Waterproofing work. Roof repair and maintenance work. Roof repair. Roof maintenance work. Special trade construction works other than roof works. Scaffolding work. Scaffolding dismantling work. Scaffolding erection work. Refurbishment of run-down buildings. Building alteration work. Building extension work. Balcony work. Building installation work. Electrical installation work. Electrical wiring and fitting work. Thermal insulation work. Sound insulation work. Plasterboard works. Plumbing and sanitary works. Heating, ventilation and air-conditioning installation work. Central-heating installation work. Boiler installation work. Ventilation and air-conditioning installation work. Ventilation installation work. Sanitary fixture installation work. Joinery and carpentry installation work. Installation of doors and windows and related components. Installation of door and window frames. Installation of door frames. Installation of window frames. Installation of thresholds. Installation of doors and windows. Installation of doors. Installation of windows. Installation of fitted kitchens. Installation of partition walls. Painting work. Painting work of buildings. Overhaul and refurbishment work. Refurbishment work. Repair and maintenance services of building installations. Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance services of electrical building installations. Construction supervision services. The contracting authorities are about to embark upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council.

The intention is to establish a framework of building contractors to undertake the works. To ensure good quality property standards are maintained for homes within the borough, Thurrock Council is planning to spend approximately £75m over the next 4 years on both internal and external refurbishment and improvements works to existing homes. The planned refurbishment works will deliver homes to the new “beyond decency” standard. This new standard aims to maximise the energy efficiency of homes, minimise damp and mould, and apply the thresholds below for the replacement of key elements:
•   Kitchens over 20 years;
•   Bathrooms over 30 years;
•   Boilers over 15 years;
•   Electrics over 25 years;
•   Windows over 30 years or single glazed   
•   Roofs over 40 or 50 years as applicable.
•   Insulation works including but not limited to solid wall insulation

The value of works for the new build developments is estimated to be between £160m - £200m over the next 4 years. New build developments will vary from small infill sites of around 2- 4 properties to major flatted development of c100 units.

In addition the contracting authorities are also embarking upon an Educational Capital programme consisting of remodeling , refurbishment and improvement works and new build development programme within the administration area of Thurrock Council. These schemes may make use of the Contractors Framework, although such works are not sufficiently detailed at this stage.

To facilitate the delivery of these works, the contracting authority wish to establish two frameworks. The first framework is a Design & Consultancy Framework- Housing Capital Programme which will cover professional services for the design and management of the works. The second framework will cover contractors to deliver the works. This OJEU notice covers only the second framework.

The Building Contractors Framework- Housing Capital Programme is divided into the following four lots. Suppliers are able to submit tenders for more than one lots should they wish to do so.

Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than £2m
Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than £2m
Lot 1c – Main Contractors – New Build Works with a construction value of less than £5m
Lot 1d – Main Contractors – New Build Works with a construction value of more than £5m

The framework would be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority



NOTE:- Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.


The deadline for submitting your response(s) is 11/09/2013 . Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
      II.1.5)Common procurement vocabulary:
         45000000 - Construction work.
         45100000 - Site preparation work.
         45110000 - Building demolition and wrecking work and earthmoving work.
         45111000 - Demolition, site preparation and clearance work.
         45111230 - Ground-stabilisation work.
         45111240 - Ground-drainage work.
         45111250 - Ground investigation work.
         45111291 - Site-development work.
         45112320 - Land-reclamation work.
         45112330 - Site-reclamation work.
         45112340 - Soil-decontamination work.
         45112350 - Reclamation of waste land.
         45112360 - Land rehabilitation work.
         45112400 - Excavating work.
         45112712 - Landscaping work for gardens.
         44512200 - Pliers.
         45113000 - Siteworks.
         45120000 - Test drilling and boring work.
         45200000 - Works for complete or part construction and civil engineering work.
         45210000 - Building construction work.
         45211000 - Construction work for multi-dwelling buildings and individual houses.
         45211100 - Construction work for houses.
         45211200 - Sheltered housing construction work.
         45211300 - Houses construction work.
         45211310 - Bathrooms construction work.
         45211320 - Porches construction work.
         45211340 - Multi-dwelling buildings construction work.
         45211341 - Flats construction work.
         45211350 - Multi-functional buildings construction work.
         45232450 - Drainage construction works.
         45232451 - Drainage and surface works.
         45260000 - Roof works and other special trade construction works.
         45261000 - Erection and related works of roof frames and coverings.
         45261100 - Roof-framing work.
         45261200 - Roof-covering and roof-painting work.
         45261210 - Roof-covering work.
         45261211 - Roof-tiling work.
         45261212 - Roof-slating work.
         45261213 - Metal roof-covering work.
         45261214 - Bituminous roof-covering work.
         45261215 - Solar panel roof-covering work.
         45261220 - Roof-painting and other coating work.
         45261221 - Roof-painting work.
         45261222 - Cement roof-coating work.
         45261300 - Flashing and guttering work.
         45261320 - Guttering work.
         45261400 - Sheeting work.
         45261410 - Roof insulation work.
         45261420 - Waterproofing work.
         45261900 - Roof repair and maintenance work.
         45261910 - Roof repair.
         45261920 - Roof maintenance work.
         45262000 - Special trade construction works other than roof works.
         45262100 - Scaffolding work.
         45262110 - Scaffolding dismantling work.
         45262120 - Scaffolding erection work.
         45262690 - Refurbishment of run-down buildings.
         45262700 - Building alteration work.
         45262800 - Building extension work.
         45262900 - Balcony work.
         45300000 - Building installation work.
         45310000 - Electrical installation work.
         45311000 - Electrical wiring and fitting work.
         45321000 - Thermal insulation work.
         45323000 - Sound insulation work.
         45324000 - Plasterboard works.
         45330000 - Plumbing and sanitary works.
         45331000 - Heating, ventilation and air-conditioning installation work.
         45331100 - Central-heating installation work.
         45331110 - Boiler installation work.
         45331200 - Ventilation and air-conditioning installation work.
         45331210 - Ventilation installation work.
         45332400 - Sanitary fixture installation work.
         45420000 - Joinery and carpentry installation work.
         45421100 - Installation of doors and windows and related components.
         45421110 - Installation of door and window frames.
         45421111 - Installation of door frames.
         45421112 - Installation of window frames.
         45421120 - Installation of thresholds.
         45421130 - Installation of doors and windows.
         45421131 - Installation of doors.
         45421132 - Installation of windows.
         45421151 - Installation of fitted kitchens.
         45421152 - Installation of partition walls.
         45442100 - Painting work.
         45442110 - Painting work of buildings.
         45453000 - Overhaul and refurbishment work.
         45453100 - Refurbishment work.
         50700000 - Repair and maintenance services of building installations.
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         50711000 - Repair and maintenance services of electrical building installations.
         71520000 - Construction supervision services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 50
         Price - 50
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PS/2013/575         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 156 - 271563 of 13/08/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.
      Lot Number: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than GBP 2 m.
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Keepmoat Regeneration Ltd
         Postal address: 950 Capability Green, Luton
         Town: Bedfordshire
         Postal code: LU1 3LY
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.
      Lot Number: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than GBP 2 m.
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Kier Services Ltd
         Postal address: Brewery Road
         Town: Islington
         Postal code: N7 9QH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.
      Lot Number: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than GBP 2 m.
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Lakehouse Contracts Ltd
         Postal address: 1 King George Close
         Town: Romford
         Postal code: RM7 7LS
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.
      Lot Number: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than GBP 2 m.
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mulalley & Co. Ltd
         Postal address: Teresa Gavin House, Woodford Avenue, Woodford Green
         Town: Essex
         Postal code: IG8 8FA
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   5: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: TCL Group trading as Top Coat
         Postal address: Unit 8, Orient Industrial Park, 22-24 Simonds Road
         Town: Leyton
         Postal code: E10 7DE
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   6: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Vinci Facilities
         Postal address: Trading name of Vinci Construction UK Limited, Stuart House, Manor Way
         Town: Rainham
         Postal code: RM13 8RH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   7: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 1
      Title: Lot 1a – Main Contractors – Refurbishment Works with a construction value of less than GBP 2 m.
      Lot Number: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than GBP 2 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Wates Living Space Ltd
         Postal address: Wates House, Station Approach, Leatherhead
         Town: Surrey
         Postal code: KT22 7SW
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   8: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 2
      Title: Lot 1b – Main Contractors – Refurbishment Works with a construction value of more than GBP 2 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mears Ltd
         Postal address: 7 Twisleton Court, Priory Hill, Dartford
         Town: Kent
         Postal code: DA1 2EN
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   9: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Durkan Ltd
         Postal address: Durkan House, 214-224 High Street, Waltham Cross
         Town: Herts
         Postal code: EN11 8RD
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   10: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Willmott Dixon Housing Ltd
         Postal address: Hitchin Road,, Shefford,, Beds
         Postal code: SG17 5JS
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   11: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Swan New Homes
         Postal address: Pilgrim House,, 129 High Street, Billericay
         Town: Essex
         Postal code: CM12 9XY
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   12: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: T&A Kernaghan
         Postal address: S Blackwater Road, Mullusk, Newton Abbey
         Town: Co Antrim
         Postal code: BT36 4TZ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   13: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 3
      Title: Lot 1c – Main Contractors – New Build Works with a construction value of less than GBP 5 m.
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: RG Carter Southern Ltd
         Postal address: Drayton House, Belfry Road
         Town: Ipswich
         Postal code: IP3 9UH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   14: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Denne Construction Ltd
         Postal address: Denne Court, Borden, Sittingbourne
         Town: Kent
         Postal code: ME9 8FH
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   15: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 4
      Title: Lot 1d – Main Contractors – New Build Works with a construction value of more than GBP 5 m.

      V.1)Date Of Contract Award: 23/05/2014      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: United House Ltd
         Postal address: Goldsel Road, Swanley
         Town: Kent
         Postal code: BR8 8EX
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104154131
GO-2014710-PRO-5802855 TKR-2014710-PRO-5802854   
   VI.3.1)Body responsible for appeal procedures:
      Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom
      Tel. +44 1375652243

      Body responsible for mediation procedures:
         Thurrock Council
         New Road, Grays, RM17 6SL, United Kingdom
         Tel. +44 1375652243
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom
      Tel. +44 1375652243
   
   VI.4)Date Of Dispatch Of This Notice: 10/07/2014