Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of a Measured Term Minor Works and Minor Works with Design Framework

  • First published: 15 February 2024
  • Last modified: 15 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043a01
Published by:
Salisbury NHS Foundation Trust
Authority ID:
AA22123
Publication date:
15 February 2024
Deadline date:
15 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement.<br/><br/>Lot 1 A&B: Building Works MTC:<br/>• Building Works.<br/>• Partitions: taking down / re-positioning / new. <br/>• Window installations. <br/>• Ceiling – take down / erect new. <br/>• Plastering.<br/>• Door installations – general and fire doors. <br/>• General joinery. <br/>• Fixtures and fittings, including shelving, signage, boards, blinds.<br/>• Physical security measures. <br/>• Fire Stopping / Fire Compartmentation. <br/>• Kitchen / WC Refurbishments. <br/>• Minor Reconfirmations (Inc. structural alterations). <br/>• General refurbishment. <br/>• Decoration.<br/>• Brickwork. <br/>• Flooring. <br/>• External works. <br/>• Asbestos remediation and removal.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Salisbury NHS Foundation Trust

Odstock Road

Salisbury

SP2 8BJ

UK

Contact person: Mari Keet

E-mail: mkeet@ecovategroup.com

NUTS: UKK15

Internet address(es)

Main address: https://www.salisbury.nhs.uk/

Address of the buyer profile: https://www.salisbury.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


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:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of a Measured Term Minor Works and Minor Works with Design Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Authority is seeking to establish a multi-lot framework with the suitable skills and background to work on behalf of the Authority, RUHB NHSFT and the wider BSW ICS to deliver a range of minor works under the framework.<br/><br/>It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1A&B, Lot 2A&B, Lot 3A&B, Lot 4A&B, Lot 5A&B, Lot 6A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement. <br/><br/>The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

II.1.5) Estimated total value

Value excluding VAT: 9 000 000.00  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

1.1 Lot 1 - Building Works MTC

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement.<br/><br/>Lot 1 A&B: Building Works MTC:<br/>• Building Works.<br/>• Partitions: taking down / re-positioning / new. <br/>• Window installations. <br/>• Ceiling – take down / erect new. <br/>• Plastering.<br/>• Door installations – general and fire doors. <br/>• General joinery. <br/>• Fixtures and fittings, including shelving, signage, boards, blinds.<br/>• Physical security measures. <br/>• Fire Stopping / Fire Compartmentation. <br/>• Kitchen / WC Refurbishments. <br/>• Minor Reconfirmations (Inc. structural alterations). <br/>• General refurbishment. <br/>• Decoration.<br/>• Brickwork. <br/>• Flooring. <br/>• External works. <br/>• Asbestos remediation and removal.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/04/2024

End: 29/04/2024

This contract is subject to renewal: Yes

Description of renewals:

The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

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

1.2 Lot 2 - Major Drainage and Road Repair MTC

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement.<br/><br/>Lot 2 A&B: Major Drainage and Road Repair MTC:<br/>• Major Drainage Works.<br/>• Repairs to existing drains and pipework including leaks and replacement following burst pipes.<br/>• Installation of replacement pipework and drains / drainage systems.<br/>• Carrying out CCTV drainage surveys at problem areas.<br/>• Advice on issues or queries which the trust may have regarding drainage problems which are occurring.<br/>• Underground and external drainage, including channel drainage etc.<br/>• Manhole covers.<br/>• Interceptor tanks (fuel and grease).<br/>• Soil and waste pipes.<br/>• Soakaways.<br/>• Aggregate and Gravel drainage.<br/>• Geotextile and Membrane drainage.<br/>• Road repairs.<br/>• Bituminous bound pavements/ roads.<br/>• Unbound subbase.<br/>• Cement and other hydraulically bound pavements/ roads.<br/>• Concrete pavements/ roads including joints and reinforcement.<br/>• Kerbs, channels, edgings, footways, and Paved areas.<br/>• Surface markings.<br/>• Re-setting covers and gratings including and substructure e.g brickwork.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/04/2024

End: 29/04/2024

This contract is subject to renewal: Yes

Description of renewals:

The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

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

1.3 Lot 3 – Mechanical MTC

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement.<br/><br/>Lot 3 A&B: Mechanical MTC:<br/>• Plumbing.<br/>• Ventilation.<br/>• Piping – fitting/insulation.<br/>• Heating.<br/>• Lighting.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/04/2024

End: 29/04/2024

This contract is subject to renewal: Yes

Description of renewals:

The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

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: 4

II.2.1) Title

1.4 Lot 4 – Electrical MTC

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement. <br/><br/>Lot 4 A&B: Electrical MTC:<br/>• Electrical distribution.<br/>• Emergency lighting.<br/>• Electrical installations.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/04/2024

End: 29/04/2024

This contract is subject to renewal: Yes

Description of renewals:

The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

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: 5

II.2.1) Title

1.5 Lot 5 – Decorating MTC

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement. <br/><br/>Lot 5 A&B: Decorating MTC: <br/>• Painting to walls and ceilings.<br/>• Painting of woodwork.<br/>• Application of wall coverings (viny / paper).<br/>• Application hygienic wall cladding, i.e. whiterock or similar.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/04/2024

End: 29/04/2024

This contract is subject to renewal: Yes

Description of renewals:

The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

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: 6

II.2.1) Title

1.6 Lot 6 – Flooring MTC

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKK15

II.2.4) Description of the procurement

It is envisaged that this framework will have one (1) preferred contractor under each of the twelve (12) Lots (Lot 1 A&B, Lot 2 A&B, Lot 3 A&B, Lot 4 A&B, Lot 5 A&B, Lot 6 A&B), divided by the main geographical areas A and B, to deliver minor works requirements that might arise, which will allow for direct awards as required by the authorities named within this framework agreement.<br/><br/>Lot 6 A&B: Flooring MTC: <br/>• Removal of existing floor finishes.<br/>• Preparation and repair of existing surfaces. <br/>• New floor coverings, including vinyl and carpets along with associated trims.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/04/2024

End: 29/04/2024

This contract is subject to renewal: Yes

Description of renewals:

The framework duration will be three (3) years with one (1) optional extension of twelve (12) months.

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.1.2) 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

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/03/2024

Local time: 10:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/04/2024

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

Tender must be valid until: 29/04/2024

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.judiciary.uk/courts-and-tribunals/high-court/

VI.5) Date of dispatch of this notice

14/02/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mkeet@ecovategroup.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.