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

ESCC-HP-Planned Maintenance Framework

  • First published: 18 October 2023
  • Last modified: 18 October 2023

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:
ocds-h6vhtk-03ee83
Published by:
East Sussex County Council
Authority ID:
AA22004
Publication date:
18 October 2023
Deadline date:
24 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

As detailed in the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Sussex County Council

County Hall,St Annes Crescent

Lewes

BN7 1UE

UK

Contact person: Hannah Phillips

E-mail: Hannah.Phillips@eastsussex.gov.uk

NUTS: UKJ22

Internet address(es)

Main address: https://www.eastsussex.gov.uk/

Address of the buyer profile: https://www.eastsussex.gov.uk/

I.1) Name and addresses

Brighton & Hove City Council

Hove Town Hall, Norton Road

hove

bn3 3bq

UK

Contact person: Martin Hilson

Telephone: +44 7850711487

E-mail: martin.hilson@brighton-hove.gov.uk

NUTS: UKJ22

Internet address(es)

Main address: https://new.brighton-hove.gov.uk/

Address of the buyer profile: https://new.brighton-hove.gov.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://supplierlive.proactisp2p.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com


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

ESCC-HP-Planned Maintenance Framework

Reference number: DN1561

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

East Sussex County Council (ESCC) and Brighton and Hove City Council (BHCC) are seeking applications from suitably qualified and interested organisations for a range of facilities management services. This will include the procurement of a planned maintenance Framework. The works are required for the participating authorities assets which mainly include schools and corporate buildings, but excludes Housing and Highways. A prior information notice (PIN) was issued on 10.08.2023 and the reference is 2023/S 000-023332. The Councils held a market engagement event in September 2023 as part of its pre-procurement activity. Information regarding this events is published with the procurement documents.

The disciplines required are as follows:

Lot A- Mechanical Services

Lot B- Electrical Services

Lot C- Roofing Works

Lot D- Building Works up to £100k

Lot E- Building Works Generally above £100k - £250k

Lot F- Building Works Generally above £250k - £1m

Lot G- Asbestos Removal - Planned and Reactive Works

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: A

II.2.1) Title

LOT A- MECHANICAL SERVICES

II.2.2) Additional CPV code(s)

50710000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 16 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Frameworks are due to be renewed at the end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: B

II.2.1) Title

LOT B ELECTRICAL SERVICES

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Frameworks are due to be renewed at the end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: C

II.2.1) Title

LOT C ROOFING WORKS

II.2.2) Additional CPV code(s)

45260000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Framework due to be renewed at he end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: D

II.2.1) Title

LOT D BUILDING WORKS UP TO £100K

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Frameworks are due to be renewed at the end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: E

II.2.1) Title

LOT D BUILDING WORKS £100K - £250K

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Frameworks are due to be renewed at the end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: F

II.2.1) Title

LOT F BUILDING WORKS £250K - £1M

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed i the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Frameworks are due to be renewed at the end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: G

II.2.1) Title

LOT G ASBESTOS REMOVAL WORKS

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

As detailed in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

Start: 01/09/2024

End: 31/08/2028

This contract is subject to renewal: Yes

Description of renewals:

Frameworks are due to be renewed at the end of the agreement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

III.2.2) Contract performance conditions

As detailed in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 63

Justification for any framework agreement duration exceeding 4 years: n/a

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-023332

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

Date: 24/11/2023

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/03/2024

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

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

All procurement documents are available from 16/10/2023, and must be completed electronically, using the Proactis portal. https://supplierlive.proactisp2p.com .The Proactis portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid or this opportunity you will need to register your company on the Proactis portal. Property services manages a number of assets and customers on behalf of the partner Councils providing access to a range of services, these services form part of this service offer. These assets and customers are further defined in the procurement documents. The requirements and services detailed within these lots will cover all corporate and non-corporate buildings and assets within the Councils responsibility. The planned maintenance frameworks (Lot A to G) will also be open to all Schools (maintained, academies, specialist schools and free schools) within the respective geographic boundaries of the contracting authority as well as the following participating authorities:

• East Sussex County Council;

• Brighton & Hove City Council:

• Adur District Council

• All Colleges within East Sussex and Brighton

• All maintained schools, Academies and Free Schools in East Sussex and Brighton

• All Universities within East Sussex and Brighton

• East Sussex Fire Authority

• Eastbourne Borough Council

• Elmbridge Borough Council

• Epsom and Ewell Borough Council

• Guildford Borough Council

• Hastings Borough Council

• Lewes District Council

• Mole Valley District Council

• Reigate and Banstead Borough Council

• Rother District Council

• Runnymede Borough Council

• Spelthorne Borough Council

• Surrey County Council

• Surrey Fire & Rescue Service

• Surrey Heath Borough Council

• Sussex Police

• Tandridge District Council

• Waverley Borough Council

• West Sussex County Council

• Woking Borough Council

• Worthing Borough Council

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice.

London

UK

VI.5) Date of dispatch of this notice

16/10/2023

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45000000 Construction work Construction and Real Estate
45310000 Electrical installation work Building installation work
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Hannah.Phillips@eastsussex.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.