Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Staffordshire County Council
Tipping Street
Stafford
ST16 2DH
UK
Contact person: Laura Kendall
Telephone: +44 1785854656
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.staffordshire.gov.uk
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login#
I.1) Name and addresses
Stafford Borough Council
Tipping Street
Stafford
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.staffordbc.gov.uk
I.1) Name and addresses
South Staffordshire District Council
Tipping Street
Codsall
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.sstaffs.gov.uk
I.1) Name and addresses
Cannock Chase District Council
Tipping Street
Cannock
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.cannockchasedc.gov.uk
I.1) Name and addresses
Midlands Partnership NHS Foundation Trust
Tipping Street
Stafford
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.mpft.nhs.uk
I.1) Name and addresses
Keele University
Tipping Street
Keele
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.keele.ac.uk
I.1) Name and addresses
Staffordshire Police & Staffordshire Fire & Rescue Service
Tipping Street
Stafford
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: www.staffordshire.police.uk
I.1) Name and addresses
Any other Public Body under the Local Authorities (Goods and Services) Order 1975
Tipping Street
UK
ST16 2DH
UK
Contact person: Laura Kendall
E-mail: laura.kendall@staffordshire.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.legislation.gov.uk/uksi/1975/193/made
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login#
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login#
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:
https://supplierlive.proactisp2p.com/Account/Login#
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
Framework Agreement for the Provision of Planned and Reactive Maintenance and Minor Works
Reference number: IA3047
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
This Procurement is for a Framework Agreement between the appointed suppliers and the Authority, to supply Works and Services on a call-off basis, as and when required. The Authority makes no guarantee as to the volume of business on offer and any figures/quantities/volumes given are indicative and are guidance only.
The Framework Agreement will work in accordance with the National Schedule of Rates ('NSR') and Provider Day rates. These will be used to provide Planned & Reactive Maintenance and Minor Works, lotted as follows: -
Building/Mechanical/Electrical
II.1.5) Estimated total value
Value excluding VAT:
55 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Building
II.2.2) Additional CPV code(s)
45100000
45200000
45300000
45400000
71242000
71500000
79415200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Staffordshire and Surrounding Areas, however some works may fall outside of this area.
II.2.4) Description of the procurement
Minor Building Works
The work typically consists of general building / construction projects to carry out internal/external alterations, new-build, alterations/extensions, refurbishments, fit-outs, fabric work, and external works.
The value of each project will usually range between £20,001 and £500,000 with the occasional individual project reaching values outside of this.
There is no cap on project size.
Properties for all Lots will include County Council - owned properties, public sector estate and infrastructure, schools (maintained or otherwise), Academies, Free schools, libraries, community buildings, general offices, education/higher education property, health & social care buildings, emergency services buildings, community buildings, occasional nursery facilities, sports facilities, and light industrial units. Some work may be required in privately owned dwellings for the purposes of Disabled Facilities Grant Funding which public sector organisations are responsible for providing.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2024
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 2
II.2.1) Title
Mechanical
II.2.2) Additional CPV code(s)
45315000
50710000
50720000
51120000
71314310
71321200
71334000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Staffordshire and Surrounding Areas however some work may fall outside of this area
II.2.4) Description of the procurement
Mechanical
The work will typically consist of mechanical engineering items, either as standalone projects, or associated Works in carrying out internal/external alterations and refurbishments with the occasional extension. Works are likely to include, but not limited to, heating, domestic hot water and gas installations, also air conditioning and mechanical ventilation systems.
The value of each project will usually range between £20,001 and £100,000 with the occasional individual project reaching values outside of this.
There is no cap on project size.
Properties for all Lots will include County Council - owned properties, public sector estate and infrastructure, schools (maintained or otherwise), Academies, Free schools, libraries, community buildings, general offices, education/higher education property, health & social care buildings, emergency services buildings, community buildings, occasional nursery facilities, sports facilities, and light industrial units. Some work may be required in privately owned dwellings for the purposes of Disabled Facilities Grant Funding which public sector organisations are responsible for providing.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2024
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Lot No: 3
II.2.1) Title
Electrical
II.2.2) Additional CPV code(s)
45310000
50000000
51100000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Staffordshire and surrounding areas however some work may fall outside of this area
II.2.4) Description of the procurement
Electrical
The work will typically consist of electrical engineering items, either as standalone projects, or associated works in carrying out internal/external alterations and refurbishments with the occasional extension. Works are likely to include, but not limited to, electrical rewiring, installation of new power, lighting and control systems also electrical ventilation systems.
The value of each project will usually range between £20,001 and £100,000 with the occasional individual project reaching values outside of this.
There is no cap on project size.
Properties for all Lots will include County Council - owned properties, public sector estate and infrastructure, schools (maintained or otherwise), Academies, Free schools, libraries, community buildings, general offices, education/higher education property, health & social care buildings, emergency services buildings, community buildings, occasional nursery facilities, sports facilities, and light industrial units. Some work may be required in privately owned dwellings for the purposes of Disabled Facilities Grant Funding which public sector organisations are responsible for providing.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2024
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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:
Independent Pre-Qualification - from the Commencement Date and for the full Term of the Framework Agreement and contracts, Providers shall ensure that they are members of a 3rd party accrediting body (e.g., Constructionline at a 'Silver' (or better) level of membership, or equivalent)
Safety Schemes in Procurement ('SSIP') Accreditation - from the Commencement Date and for the full Term of the Framework Agreement and contracts, all Providers shall be accredited and hold a current and valid health and safety accreditation (e.g. CHAS or equivalent) in line with the SSIP core criteria and be able to evidence independent re-validation of these modules when requested annually by the Customer.
Principal Contractor status under CDM - the Providers obligations under the terms of the contract, and acting as a Principal Contractor
Required Memberships/Accreditations - unless otherwise indicated, the Provider will maintain for the full duration of the Framework Agreement (including all contracts) at their own cost, all current and compliant memberships, certifications, accreditations etc that were requested as part of the tender process and Framework Agreement. Providers may be suspended from the Framework Agreement for any period where any accreditation lapses, until it is satisfactorily reinstated.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/02/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
07/02/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The re procurement process will commence late 2027
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Staffordshire County Council
Stafford
UK
VI.5) Date of dispatch of this notice
05/12/2023