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 Award Notice

Technical Design Services Framework

  • First published: 04 May 2020
  • Last modified: 04 May 2020

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:
North East Lincolnshire Borough Council
Authority ID:
AA20147
Publication date:
04 May 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The technical design services framework lot 1 is for works between the value of GBP 0 to GBP 350 000. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio and schools/academies. There will be no obligation for the authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the authority's control.

Each project will be subject to a mini competition, where all seven contractors will be invited to tender. Contractors will be issued with a bill of quantities, which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will do an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the authority will reserve the right to terminate and re-procure.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

North East Lincolnshire Borough Council

Municipal Offices Town Hall Square

Grimsby

DN31 1HU

UK

Contact person: All communication through https://www.yortender.co.uk/

E-mail: procurement@nelincs.gov.uk

NUTS: UKE13

Internet address(es)

Main address: http://www.nelincs.gov.uk

Address of the buyer profile: https://www.nelincs.gov.uk/council-information-partnerships/contracts-and-tenders/pannel/

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

Technical Design Services Framework

Reference number: DN442173

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

ENGIE on behalf of North East Lincolnshire Council are seeking suitably qualified contractors for the renewal of its capital works framework, which is delivered by its technical design services team.

The works to be carried out under this framework focuses around repairs, maintenance, refurbishment, new capital projects and extensions to authority owned assets, leisure portfolio and schools/academies. The works will be both internal and external construction to assets including buildings, site works, substructure, superstructure, internal construction and finishes, electrical, mechanical and access systems.

The authority intends to award up to seven contractors per lot.

This framework is being awarded based on 100 % quality criteria. The authority wants to ensure that it permits the right quality of contractors to deliver projects. Each project will be subject to a mini competition, where all seven contractors will be invited to tender.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 60 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: GBP 0-GBP 350 000

II.2.2) Additional CPV code(s)

50700000

50800000

71200000

71500000

II.2.3) Place of performance

NUTS code:

UKE13


Main site or place of performance:

North East Lincolnshire.

II.2.4) Description of the procurement

The technical design services framework lot 1 is for works between the value of GBP 0 to GBP 350 000. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio and schools/academies. There will be no obligation for the authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the authority's control.

Each project will be subject to a mini competition, where all seven contractors will be invited to tender. Contractors will be issued with a bill of quantities, which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will do an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion: Experience / Weighting: 30

Quality criterion: Selection and management of subcontractors and supply chain / Weighting: 15

Quality criterion: Quality assurance / Weighting: 15

Quality criterion: Handling asbestos / Weighting: 10

Quality criterion: Response to defects / Weighting: 10

Quality criterion: Managing programmes / Weighting: 10

Quality criterion: Social value / Weighting: 10

Price / Weighting:  0

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: Yes

Lot No: 2

II.2.1) Title

Lot 2: GBP 350 000-GBP 2 Million

II.2.2) Additional CPV code(s)

50700000

50800000

71200000

71500000

II.2.3) Place of performance

NUTS code:

UKE13


Main site or place of performance:

North East Lincolnshire.

II.2.4) Description of the procurement

The technical desin services framework lot 2 is for works between the value of GBP 350 000 to GBP 2 000 000. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies. There will be no obligation for the authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the authority's control.

Each project will be subject to a mini competition, where all seven contractors will be invited to tender. Contractors will be issued with a bill of quantities, which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will do an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion: Experience / Weighting: 30

Quality criterion: Selection and management of subcontractors and supply chain / Weighting: 15

Quality criterion: Quality assurance / Weighting: 15

Quality criterion: Handling asbestos / Weighting: 10

Quality criterion: Response to defects / Weighting: 10

Quality criterion: Managing programmes / Weighting: 10

Quality criterion: Social value / Weighting: 10

Price / Weighting:  0

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: Yes

Lot No: 3

II.2.1) Title

Lot 3: GBP 2 m-OJEU

II.2.2) Additional CPV code(s)

50700000

50800000

71200000

71500000

II.2.3) Place of performance

NUTS code:

UKE13


Main site or place of performance:

North East Lincolnshire.

II.2.4) Description of the procurement

The technical design services framework lot 3 is for works between the value of GBP 2 000 000 to the OJEU threshold. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio and schools/academies. There will be no obligation for the authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the authority's control.

Each project will be subject to a mini competition, where all seven contractors will be invited to tender. Contractors will be issued with a bill of quantities, which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will do an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion: Experience / Weighting: 20

Quality criterion: Selection and management of subcontractors and supply chain / Weighting: 15

Quality criterion: Quality assurance / Weighting: 15

Quality criterion: Handling asbestos / Weighting: 10

Quality criterion: Response to defects / Weighting: 10

Quality criterion: Managing programmes / Weighting: 10

Quality criterion: Social value / Weighting: 10

Quality criterion: Building information modelling (BIM) / Weighting: 10

Price / Weighting:  0

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: Yes

Lot No: 4

II.2.1) Title

Lot 4: Heritage Works GBP 0-GBP 500 000

II.2.2) Additional CPV code(s)

50700000

50800000

71200000

71500000

II.2.3) Place of performance

NUTS code:

UKE13


Main site or place of performance:

North East Lincolnshire.

II.2.4) Description of the procurement

The technical desin services framework lot 4 is for conservation works, which may include listed buildings, scheduled monuments, and local designation between the value of GBP 0 to GBP 500 000. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies. There will be no obligation for the authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the authority's control.

Each project will be subject to a mini competition, where all seven contractors will be invited to tender. Contractors will be issued with a bill of quantities, which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will do an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion: Experience / Weighting: 30

Quality criterion: Selection and management of subcontractors and supply chain / Weighting: 15

Quality criterion: Quality assurance / Weighting: 15

Quality criterion: Handling asbestos / Weighting: 10

Quality criterion: Response to defects / Weighting: 10

Quality criterion: Managing programmes / Weighting: 10

Quality criterion: Social value / Weighting: 10

Price / Weighting:  0

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: Yes

Lot No: 5

II.2.1) Title

Lot 5: Heritage Works GBP 500 000 to GBP 2 million

II.2.2) Additional CPV code(s)

50700000

50800000

71200000

71500000

II.2.3) Place of performance

NUTS code:

UKE13


Main site or place of performance:

North East Lincolnshire.

II.2.4) Description of the procurement

The technical design services framework lot 5 is for conservation works, which may include listed buildings, scheduled monuments, and local designation between the value of GBP 500 000 to GBP 2 000 000. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio and schools/academies. There will be no obligation for the authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the authority's control.

Each project will be subject to a mini competition, where all seven contractors will be invited to tender. Contractors will be issued with a bill of quantities, which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will do an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the authority will reserve the right to terminate and re-procure.

II.2.5) Award criteria

Quality criterion: Experience / Weighting: 20

Quality criterion: Selection and management of subcontractors and supply chain / Weighting: 15

Quality criterion: Quality assurance / Weighting: 15

Quality criterion: Handling asbestos / Weighting: 10

Quality criterion: Response to defects / Weighting: 10

Quality criterion: Managing programmes / Weighting: 10

Quality criterion: Social value / Weighting: 10

Quality criterion: Building information modelling (BIM) / Weighting: 10

Price / Weighting:  0

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: Yes

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

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 212-519064

Section V: Award of contract

Lot No: 1

Contract No: DN442173

Title: Lot 1: GBP 0-GBP 350 000

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/02/2020

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alliance Group Solutions Ltd

Lowmoor Business Park

Kirkby in Ashfield

NG17 7JZ

UK

NUTS: UKF14

Internet address(es)

URL: www.alliancegroupsolutions.co.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

E S Rudkin Ltd

38-40 Louth Road, Scartho

Grimsby

DN33 2EP

UK

NUTS: UKE13

Internet address(es)

URL: www.esrudkin.co.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

G S Kelsey Ltd

26 Brigg Road

Scunthorpe

DN16 1AX

UK

NUTS: UKE13

Internet address(es)

URL: https://www.gskelsey.co.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gelder Ltd

Tillbridge Lane, Sturton By Stow

Lincoln

LN1 2DS

UK

NUTS: UKF3

Internet address(es)

URL: https://gelder.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Hobson and Porter Ltd

Clifford House

Hull

HU7 0YF

UK

NUTS: UKE11

Internet address(es)

URL: https://www.hobsonporter.com/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lindum Group Ltd

Lindum Business Park, Station Road

North Hykeham

LN6 3QX

UK

NUTS: UKF3

Internet address(es)

URL: https://lindumgroup.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

R G Carter Building Ltd

The Regatta Building, Henley Way

Lincoln

LN6 3QR

UK

NUTS: UKF3

Internet address(es)

URL: https://www.rgcarter-construction.co.uk/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Topcon Building Ltd

35 Louth Road, Scartho

Grimsby

DN33 2HP

UK

NUTS: UKE13

Internet address(es)

URL: http://www.topconbuilding.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 8 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Short description of the part of the contract to be subcontracted:

Dependant on project specific requirements

Section V: Award of contract

Lot No: 2

Contract No: DN442173

Title: Lot 2: GBP 350 000-GBP 2 Million

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/02/2020

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Gelder Ltd

Tillbridge Lane, Sturton By Stow

Lincoln

LN1 2DS

UK

NUTS: UKF3

Internet address(es)

URL: https://gelder.co.uk/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Hobson and Porter Ltd

Clifford House

Hull

HU7 0YF

UK

NUTS: UKE11

Internet address(es)

URL: https://www.hobsonporter.com/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Interserve Construction Ltd

Ingenuity House, Elmdon Trading Estate

Birmingham

B37 7HQ

UK

NUTS: UKG31

Internet address(es)

URL: https://www.interserve.com

The contractor is an SME: No

V.2.3) Name and address of the contractor

Lindum Group Ltd

Lindum Business Park, Station Road

North Hykeham

LN6 3QX

UK

NUTS: UKF3

Internet address(es)

URL: https://lindumgroup.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

R G Carter Building Ltd

The Regatta Building, Henley Way

Lincolnshire

LN6 3QR

UK

NUTS: UKF3

Internet address(es)

URL: https://www.rgcarter-construction.co.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sewell Group Ltd

Geneva Way, Leads Road

Hull

HU7 0DG

UK

NUTS: UKE11

Internet address(es)

URL: https://sewell-group.co.uk/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Topcon Building Ltd

35 Louth Road

Scartho, Grimsby

DN33 2HP

UK

NUTS: UKE13

Internet address(es)

URL: http://www.topconbuilding.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Short description of the part of the contract to be subcontracted:

Dependant on project specific requirements

Section V: Award of contract

Lot No: 3

Contract No: DN442173

Title: Lot 3: GBP 2 Million-OJEU

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/02/2020

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Esh Construction Ltd

Esh House, Bowburn North Industrial Estate, Bowburn

Durham

DH6 5PF

UK

NUTS: UKC1

Internet address(es)

URL: https://www.eshgroup.co.uk

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gelder Ltd

Tillbridge Lane, Sturton By Stow

Lincoln

LN1 2DS

UK

NUTS: UKF3

Internet address(es)

URL: https://gelder.co.uk/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Hobson and Porter Ltd

Clifford House

Hull

HU7 0YF

UK

NUTS: UKE11

Internet address(es)

URL: https://www.hobsonporter.com/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Interserve Construction Ltd

Ingenuity House, Elmdon Trading Estate

Birmingham

B37 7HQ

UK

NUTS: UKG31

Internet address(es)

URL: https://www.interserve.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Lindum Group Ltd

Lindum Business Park, Station Road

North Hykeham

LN6 3QX

UK

NUTS: UKF3

Internet address(es)

URL: https://lindumgroup.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

R G Carter Building Ltd

The Regatta Building, Henley Way

Lincoln

LN6 3QR

UK

NUTS: UKF3

Internet address(es)

URL: https://www.rgcarter-construction.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 30 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Short description of the part of the contract to be subcontracted:

Dependant on project specific requirements

Section V: Award of contract

Lot No: 4

Contract No: DN442173

Title: Lot 4: Heritage Works GBP 0-GBP 500 000

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/02/2020

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

E S Rudkin Ltd

38-40 Louth Road

Scartho, Grimsby

DN33 2EP

UK

NUTS: UKE13

Internet address(es)

URL: www.esrudkin.co.uk

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Hobson and Porter Ltd

Clifford House

Hull

HU7 0YF

UK

NUTS: UKE11

Internet address(es)

URL: https://www.hobsonporter.com/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lindum Group Ltd

Lindum Business Park, Station Road,

North Hykeham

LN6 3QX

UK

NUTS: UKF3

Internet address(es)

URL: https://lindumgroup.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

S Voase Builders Ltd

Unit 2 Fretwells Business Park, Oslo Road

Hull

HU7 0YN

UK

NUTS: UKE11

Internet address(es)

URL: https://www.voase-builders.co.uk/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SSE Enterprise Contracting Ltd

Robert Brown House, Pipers Way

Thatcham

RG19 4AZ

UK

NUTS: UKJ11

Internet address(es)

URL: https://www.ssecontracting.co.uk/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Topcon Building Ltd

35 Louth Road

Scartho, Grimsby

DN33 2HP

UK

NUTS: UKE13

Internet address(es)

URL: http://www.topconbuilding.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Short description of the part of the contract to be subcontracted:

Dependant on project specific requirements

Section V: Award of contract

Lot No: 5

Contract No: DN442173

Title: Lot 5: Heritage Works GBP 500 000-GBP 2 Million

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/02/2020

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Geo. Houlton and Sons Ltd

Hyperion Street

Hull

HU9 1BD

UK

NUTS: UKE11

Internet address(es)

URL: https://houlton.co.uk/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Hobson and Porter Ltd

Clifford House

Hull

HU7 0YF

UK

NUTS: UKE11

Internet address(es)

URL: https://www.hobsonporter.com/

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Interserve Construction Ltd

Ingenuity House, Elmdon Trading Estate

Birmingham

B37 7HQ

UK

NUTS: UKG31

Internet address(es)

URL: https://www.interserve.com/

The contractor is an SME: No

V.2.3) Name and address of the contractor

Lindum Group Ltd

Lindum Business Park, Station Road

North Hykeham

LN6 3QX

UK

NUTS: UKF3

Internet address(es)

URL: https://lindumgroup.com/

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Short description of the part of the contract to be subcontracted:

Dependant on project specific requirements

Section VI: Complementary information

VI.3) Additional information

The contracting bodies below can access this framework agreement:

Schools and Academies list in the link below: http://schoolswebdirectory.co.uk/index.php?county=Lincs&where=4&submit=Submit+Query

Grimsby Institute of Further and Higher Education Nuns Corner, Grimsby North East Lincolnshire DN34 5BQ;

Lincs Inspire Lid Bradley Football Development Centre Bradley Road, Grimsby North East Lincolnshire DN37 0AG.

VI.4) Procedures for review

VI.4.1) Review body

North East Lincolnshire Council — Legal Services

Municipal Offices Town Hall Square

Grimsby

DN31 1HU

UK

Internet address(es)

URL: http://www.nelincs.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

North East Lincolnshire Council — Legal Services

Municipal Offices Town Hall Square

Grimsby

DN31 1HU

UK

Internet address(es)

URL: http://www.nelincs.gov.uk

VI.5) Date of dispatch of this notice

29/04/2020

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
45000000 Construction work Construction and Real Estate
71500000 Construction-related services Architectural, construction, engineering and inspection services
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services

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@nelincs.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.