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

Technical Design Services Framework

  • First published: 04 November 2019
  • Last modified: 04 November 2019

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 November 2019
Deadline date:
29 November 2019
Notice type:
Contract 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 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.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

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

https://www.yortender.co.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.yortender.co.uk/


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.1.5) 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

II.2) Description

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

All tenderers must have CHAS (Contractors Health and Safety) or be accredited to another SSIP (Safety Schemes in Procurement) scheme.

Lots 2, 3 and 5 must be Constructionline registered with Lots 3 and 5 having a minimum of silver accreditation working towards gold.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

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

Envisaged maximum number of participants to the framework agreement: 49

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 29/11/2019

Local time: 13:00

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

IV.2.7) Conditions for opening of tenders

Date: 29/11/2019

Local time: 13:00

Place:

North East Lincilnshire Council, Legal and Domcratic Services, Municipal Offices, Town Hall Square, Grimsby DN31 1HB.

Information about authorised persons and opening procedure:

North East Lincilnshire Council, Legal and Domcratic Services Officer.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Autumn 2023.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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

30/10/2019

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.