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

Decoration & Minor Pre-decoration Repairs Framework 2024

  • First published: 13 March 2024
  • Last modified: 13 March 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-03eefd
Published by:
Hampshire County Council
Authority ID:
AA71757
Publication date:
13 March 2024
Deadline date:
22 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Hampshire County Council (the Council) is looking to establish a Decorations and Minor Pre-decoration Repairs Framework for various works delivered via a multi-lot, multi-contractor Framework Agreement that caters for Hampshire County Council (schools and non-education) and other named authorities.

Hampshire County Council's Property Services manage and maintain a large portfolio of properties on behalf of Hampshire County Council (HCC). Within this portfolio of properties, other directorates provide key services to the residents of Hampshire. It is essential that the buildings remain operational, to support the delivery of these services, and provide a safe and functional environment for the users and visitors.

As part of its maintenance programme, the Council undertakes external re-decorations of the built estate. Pre-decoration repairs will encompass repair or renewal of any element of the building which, if left unattended, would result in the premature deterioration of the decorative coating or of the building fabric itself. Work will fall under the following general headings:

• Joinery

• Glazing

• Rain water disposal goods

• Pointing

• Rendering

• Applied finishes

• Clearing flat roofs, including gullies and outlets of debris

• Washdowns of buildings

The scope of the framework will include a variety of individual projects and programmes of external and internal decoration works and pre-decoration repairs including the use of fixed scaffolding and mobile access systems, associated glazing, guttering and joinery repairs and washdowns to buildings and structures as directed.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UJ

UK

E-mail: procurement.support@hants.gov.uk

NUTS: UKJ36

Internet address(es)

Main address: www.hants.gov.uk

I.3) Communication

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

https://in-tendhost.co.uk/hampshire


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/hampshire


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

Decoration & Minor Pre-decoration Repairs Framework 2024

Reference number: CC19797

II.1.2) Main CPV code

45451000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Hampshire County Council (the Council) is looking to establish a Decorations and Minor Pre-decoration Repairs Framework for various works delivered via a multi-lot, multi-contractor Framework Agreement that caters for Hampshire County Council (schools and non-education) and other named authorities.

Hampshire County Council's Property Services manage and maintain a large portfolio of properties on behalf of Hampshire County Council (HCC). Within this portfolio of properties, other directorates provide key services to the residents of Hampshire. It is essential that the buildings remain operational, to support the delivery of these services, and provide a safe and functional environment for the users and visitors.

As part of its maintenance programme, the Council undertakes external re-decorations of the built estate. Pre-decoration repairs will encompass repair or renewal of any element of the building which, if left unattended, would result in the premature deterioration of the decorative coating or of the building fabric itself. Work will fall under the following general headings:

• Joinery

• Glazing

• Rain water disposal goods

• Pointing

• Rendering

• Applied finishes

• Clearing flat roofs, including gullies and outlets of debris

• Washdowns of buildings

The scope of the framework will include a variety of individual projects and programmes of external and internal decoration works and pre-decoration repairs including the use of fixed scaffolding and mobile access systems, associated glazing, guttering and joinery repairs and washdowns to buildings and structures as directed.

II.1.5) Estimated total value

Value excluding VAT: 25 000 000.00  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

Individual / simple projects and/or programmes of decoration and repair work up to the value of £75K

II.2.2) Additional CPV code(s)

45451000

45452000

II.2.3) Place of performance

NUTS code:

UKJ11

UKJ25

UKJ26

UKJ27

UKJ28

UKJ3

UKK1

UKK2

UKL


Main site or place of performance:

This contract will predominantly operate in the County of Hampshire, however some properties on the Isle of Wight, in Wiltshire, Dorset and Somerset, Berkshire, Surrey and 2 activity centres in the Brecon Beacons in Wales.

II.2.4) Description of the procurement

• Lot 1 - Individual projects up to the value of £75K (typically the projects will be low value internal decoration works with a fast turnaround period expected); established with 4 contractors.

The Council will primarily look to award works on a rotational basis, though will retain the option to run a mini-competition. The rotational award system will look to reduce the administrative process for the Council and contractors with the associated tendering costs and increased speed of award, whilst securing pricing based around the National Schedule of Rates to allow for clear and transparent pricing when developing the project requirements.

The rotational system will allow for work to be shared amongst contractors to ensure a suitable capacity to undertake ongoing works. Contractors will be assessed against set Key Performance Indicators in the delivery of any project. Contractors need to ensure these KPI's are delivered to satisfactory levels or this could result in subsequently missing a rotation in the next award schedule.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

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

Start: 01/06/2024

End: 30/05/2028

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

Complex individual projects and/or programmes of decoration and repair work above £75K

II.2.2) Additional CPV code(s)

45410000

45420000

45430000

45440000

45451000

45452000

45453000

II.2.3) Place of performance

NUTS code:

UKJ11

UKJ25

UKJ26

UKJ27

UKJ28

UKJ3

UKK1

UKK2

UKL


Main site or place of performance:

This contract will predominantly operate in the County of Hampshire, however some properties on the Isle of Wight, in Wiltshire, Dorset and Somerset, Berkshire, Surrey and 2 activity centres in the Brecon Beacons in Wales.

II.2.4) Description of the procurement

Lot 2 - Complex individual projects and/or programmes of work above £75K with no maximum project limit established with 6 to 7 contractors

The Council will primarily look to award works on a rotational basis, though will retain the option to run a mini-competition. The rotational award system will look to reduce the administrative process for the Council and contractors with the associated tendering costs and increased speed of award, whilst securing pricing based around the National Schedule of Rates to allow for clear and transparent pricing when developing the project requirements.

The rotational system will allow for work to be shared amongst contractors to ensure a suitable capacity to undertake ongoing works. Contractors will be assessed against set Key Performance Indicators in the delivery of any project. Contractors need to ensure these KPI's are delivered to satisfactory levels or this could result in subsequently missing a rotation in the next award schedule.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 17 500 000.00  GBP

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

Start: 01/06/2024

End: 31/05/2028

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-023529

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

Date: 22/04/2024

Local time: 14:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/04/2024

Local time: 14:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

How to obtain the Tender Documents

The Tender documents can be accessed when logged into In-Tend by selecting 'View Details' on the relevant tender advert and clicking the 'Express Interest' tab.

Opting In and Out

Please note you are required to 'Opt In' before you can access the 'My tender Return' to start populating your response.

The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to the this tender along with the opportunity of providing comments and feedback for this decision.

You can choose to 'Opt In' at any time during the tender process if you initially decided to 'Opt Out'. Please note you are required to 'Opt In' to view and complete the Questionnaires for this project.

Further Guidance

In addition, guidance on how to participate in a tender - download and upload documents / returns and if required, register your company (free of charge), can be found on the In-tend site under the 'Help' or 'Information for Suppliers' buttons.

Receiving Notification Emails

To ensure you receive email alerts and notifications from our system, please add the email domain '@in-tend.co.uk' to your Safe Senders list

Other Contracting Authorities:

The framework agreement will also be available for use by the following participating public sector and local authority organisations within Hampshire and Isle of Wight, Berkshire, Wiltshire, Surrey, West Sussex, Dorset, Bournemouth, Christchurch and Poole, and Wales.

• Local Authorities

• County Councils

• Unitary Authorities

• City Councils

• District and Borough Councils

• Town & Parish Councils

• Government Departments

• Universities, Further & Higher Education establishments

• National Park Authorities

• Housing Associations

• Police Authorities, Fire and Rescue Services and all other Emergency Service organisations

• Health Services, NHS Trusts and Foundation Trusts

• All Schools within the State education system, including Maintained & Federated schools, Academies, Multi-Academy Trusts and Free schools, all Faith/Diocese schools

• Nursery schools maintained by a local Authority

• Ministry of Defence establishments

• HCC Activity Centres in the Brecon Beacons in Wales

It further includes successors to those that currently exist.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

12/03/2024

Coding

Commodity categories

ID Title Parent category
45451000 Decoration work Other building completion work
45452000 Exterior cleaning work for buildings Other building completion work
45430000 Floor and wall covering work Building completion work
45420000 Joinery and carpentry installation work Building completion work
45453000 Overhaul and refurbishment work Other building completion work
45440000 Painting and glazing work Building completion work
45410000 Plastering work Building completion work

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:
procurement.support@hants.gov.uk
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.