The procurement documents are available for unrestricted and full direct access, free of charge at:
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.1.5) Estimated total value
Value excluding VAT:
65 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 5
Lot No: 1
II.2.1) Title
Lot 1 0 GBP-350 000 GBP
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 0 GBP to 350 000 GBP. 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
Criteria below:
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.2.6) Estimated value
Value excluding VAT:
8 000 000.00
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:
It is intended that this framework will be renewed autumn 2023.
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:
Yes
Lot No: 2
II.2.1) Title
Lot 2: 350 000 GBP-2 000 000 GBP
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 2 is for works between the value of 350 000 GBP to 2 000 000 GBP. 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
Criteria below:
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
It is intended that this framework will be renewed autumn 2023.
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:
Yes
Lot No: 3
II.2.1) Title
Lot 3: 2 000 000 GBP — 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 2 000 000 GBP 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
Criteria below:
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.2.6) Estimated value
Value excluding VAT:
30 000 000.00
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:
To be determined at call for competition stage. It is intended that this framework will be renewed autumn 2023.
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:
Yes
Lot No: 4
II.2.1) Title
Lot 4: Heritage Works 0 GBP-500 000 GBP
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 4 is for conservation works, which may include listed buildings, scheduled monuments, and local designation between the value of 0 GBP to 500 000 GBP. 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 7 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
Criteria below:
Quality criterion: Experience
/ Weighting: 30
Quality criterion: Selection and management of sub-contractors 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.2.6) Estimated value
Value excluding VAT:
2 000 000.00
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:
It is intended that this framework will be renewed autumn 2023.
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:
Yes
Lot No: 5
II.2.1) Title
Lot 4: Heritage Works 500 000 GBP to 2 000 000 GBP
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 500 000 GBP to 2 000 000 GBP. 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 7 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
Criteria below:
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.2.6) Estimated value
Value excluding VAT:
10 000 000.00
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:
It is intended that this framework will be renewed autumn 2023.
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:
Yes
Autumn 2023.
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.