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

Erewash Borough Council EBCT 231 The provision of a repairs and maintenance framework.

  • First published: 19 May 2017
  • Last modified: 19 May 2017

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:
Published by:
Erewash Borough Council
Authority ID:
AA24482
Publication date:
19 May 2017
Deadline date:
27 June 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Lot includes the provision of a carpentry and joinery service. The contractor shall be familiar with BS 8000-5 1990 (not latest edition but cited in building regulations) and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Windows,

— Doors,

— Framed construction (joists etc.),

— Cladding,

— Roofs,

— Sheet materials (roof boarding etc.),

— Floors,

— Partitions,

— Stairs,

— Purpose made joinery production if able,

— Composite materials and laminates,

— Kitchens.

In 2015/16 circa 32 000 GBP worth of carpentry work was ordered by the Council over 140 jobs.

These figures are provided for indicative purposes only and do not constitute a minimum value of work to be provided under this Contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Erewash Borough Council

Town Hall, Wharncliffe Road

Ilkeston

DE7 5RP

UK

Contact person: Ms Eloise Keeble

Telephone: +44 1159072244

E-mail: eloise.keeble@erewash.gov.uk

NUTS: UKF13

Internet address(es)

Main address: www.erewash.gov.uk

Address of the buyer profile: www.erewash.gov.uk

I.3) Communication

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

www.eastmidstenders.org


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.eastmidstenders.org


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

Erewash Borough Council EBCT 231 The provision of a repairs and maintenance framework.

Reference number: DN253558

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Tender for the provision of services in respect of reactive maintenance to Erewash Borough (the Council) assets within its corporate property portfolio. The Council has historically managed and maintained its property portfolio through ad hoc arrangements and is now looking to formalise a framework covering a number of areas.

The tender is split into 10 lots as follows:

Lot 1 — Joinery/Carpentry,

Lot 2 — Painting and decorating,

Lot 3 — Plastering,

Lot 4 — Plumbing,

Lot 5 — Bricklaying,

Lot 6 — General Labouring,

Lot 7 — Roofing,

Lot 8 — Glazing,

Lot 9 — Ground working,

Lot 10 — Steelwork.

Each lot will be evaluated on an individual basis and success in one lot does not necessarily guarantee success in another.

For each lot, it is anticipated that a maximum of 3 Contractors will be awarded a place on the framework.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 — Joinery/Carpentry

II.2.2) Additional CPV code(s)

45420000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a carpentry and joinery service. The contractor shall be familiar with BS 8000-5 1990 (not latest edition but cited in building regulations) and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Windows,

— Doors,

— Framed construction (joists etc.),

— Cladding,

— Roofs,

— Sheet materials (roof boarding etc.),

— Floors,

— Partitions,

— Stairs,

— Purpose made joinery production if able,

— Composite materials and laminates,

— Kitchens.

In 2015/16 circa 32 000 GBP worth of carpentry work was ordered by the Council over 140 jobs.

These figures are provided for indicative purposes only and do not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 128 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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

Lot 2 — Painting and decorating

II.2.2) Additional CPV code(s)

45442100

45451000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a full painting service. The contractor shall be familiar with BS 8000-12 1989 (not latest edition but cited in building regulations) and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Preparation of substrate (cleaning, rubbing down etc.),

— Painting of surfaces (internal/external),

— Decorative wall coatings,

— Anti-climb paints,

— Graffiti treatments.

In 2015/16 circa 17 000 GBP worth painting work was ordered by the Council over 32 jobs. These figures are provided for indicative purposes only and do not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 68 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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

Lot 3 — Plastering

II.2.2) Additional CPV code(s)

45410000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a full plastering service. The Contractor shall be familiar with BS 8000-8 1994 (not latest edition but cited in building regulations) and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Dry lining (plasterboard etc.),

— Dubbing out,

— Plastering (Skim, backing coat, browning etc.),

— Renders,

— Decorative materials (covings etc.).

In 2015/16 circa 3 500 GBP worth of plastering work was ordered by the Council over 10 jobs. These figures are provided for indicative purposes only and do not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 14 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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

Lot 4 — Plumbing

II.2.2) Additional CPV code(s)

45330000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a plumbing service. The Contractor shall be familiar with BS 8000-8 1994 (not latest edition but cited in building regulations) and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Inspection and repair of water systems,

— Installing/Repairing sanitary ware (inc wash hand basins, cisterns and urinal bowls),

— Drainage of effluents (Unblocking Waste pipes traps etc.),

— Any related reactive works.

In 2015/16 circa 27 000 GBP worth of plumbing work was ordered over 160 jobs. These figures are provided for indicative purposes only and do not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 108 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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

Lot 5 — Building Service

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a building service. The contractor shall be familiar with BS 8000-3 2001, BS8000-9 2003, BS 8000-2 — 1990 (not latest editions but cited in building regulations) and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Substructure (building and repair),

— Superstructure (building and repair),

— Screeds/concrete works.

In 2015/16 circa 45 000 GBP worth of building work was ordered. These figures are provided for indicative purposes only and do not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 180 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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

Lot 6 — General Labouring

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a labouring service. The contractor shall be familiar with BS 8000 — 0 2014 and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— General Labouring,

— Manual handling,

— Minor demolition works.

In 2015/16 circa 4 000 GBP worth of general labouring work was ordered. This figure is provided for indicative purposes only and does not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 16 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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: 7

II.2.1) Title

Lot 7 — Roofing

II.2.2) Additional CPV code(s)

45260000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of roofing service. The contractor shall be familiar with BS 8000 — 6 1991 and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Roof boarding,

— Felt repairs,

— Liquid plastics (Decothane etc.),

— Roof timbers,

— Slates and tiles replacement,

— Sheet roofing,

— Flat and pitched roofs.

In 2015/16 circa 10 000 GBP worth of roofing work was ordered. This figure is provided for indicative purposes only and does not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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: 8

II.2.1) Title

Lot 8 — Glazing

II.2.2) Additional CPV code(s)

45441000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a glazing service. The contractor shall be familiar with BS 8000 — 7 1991 and BS8000 — 6 2013 and ensure the best practice laid out in those documents is followed.

Works that may be required include but not limited to:

— Single glass,

— Float glazing,

— Obscure glazing,

— Repairs to beading,

— Putty repair/replacement,

— Works to PVC, aluminium, Timber,

— GRP,

— Replacement of sealants,

— Replacing of rubber gaskets.

In 2015/16 circa 16 000 GBP worth of work was ordered. This figure is provided for indicative purposes only and does not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 64 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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: 9

II.2.1) Title

Lot 9 — Ground working

II.2.2) Additional CPV code(s)

45100000

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a ground working service. The contractor shall be familiar with BS 8000 — 1 1989 and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Macadam repairs,

— Laying of macadam,

— Digging of trenches,

— Back filling,

— Underground drainage.

In 2015/16 circa 1 200 GBP worth of ground work was ordered. This figure is provided for indicative purposes only and does not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 4 800.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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: 10

II.2.1) Title

Lot 10 — Metal work

II.2.2) Additional CPV code(s)

45223100

45223110

II.2.3) Place of performance

NUTS code:

UKF13

II.2.4) Description of the procurement

This Lot includes the provision of a metal work/fabrication service. The contractor shall be familiar with BS 8000 — 0 2014 and ensure the best practice laid out in that document is followed.

Works that may be required include but not limited to:

— Fabrication,

— Welding,

— Specialist installation such as gearing/spare part creation,

— Welding/repairs,

— Gate and fence installation/fabrication.

In 2015/16 circa 10 000 GBP worth of metal work was ordered over 35 jobs. This figure is provided for indicative purposes only and does not constitute a minimum value of work to be provided under this Contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 40 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contract once awarded will, subject to ongoing satisfactory performance, remain in force for an initial period of 2 years. Thereafter the Council may, at its sole discretion, award 2 further extensions of up to 12 months each giving a total maximum term of 4 years. Any extension is subject to funding, business need and satisfactory performance.

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

Date: 27/06/2017

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

IV.2.7) Conditions for opening of tenders

Date: 27/06/2017

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

If extension not taken, April 2019. If extension taken, April 2021.

VI.3) Additional information

This procurement is being managed electronically. In order to express interest and download the invitation to tender documents please go to www.eastmidstenders.org.

VI.4) Procedures for review

VI.4.1) Review body

Erewash Borough Council

Town Hall, Wharncliffe Road

Ilkeston

DE7 5RP

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Erewash Borough Council will incorporate a minimum ten (10) calendar days' standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two (2) working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of three (3) working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice. If an appeal regarding the award of the contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within three (3) months. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

16/05/2017

Coding

Commodity categories

ID Title Parent category
45223100 Assembly of metal structures Structures construction work
45000000 Construction work Construction and Real Estate
45451000 Decoration work Other building completion work
45441000 Glazing work Painting and glazing work
45223110 Installation of metal structures Structures construction work
45420000 Joinery and carpentry installation work Building completion work
45442100 Painting work Application work of protective coatings
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
50000000 Repair and maintenance services Other Services
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45100000 Site preparation work Construction 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:
eloise.keeble@erewash.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.