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