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