Contract notice

Information

Published

Expire date: 09/08/2021

External Reference: 2021-533377

FTS Reference: 2021-015419

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Winchester City Council
00609812
Winchester City Council
Colebrook Street, Winchester
SO23 9LJ
UK
Contact person: Jamie Butt
Telephone: +44 1962840222
NUTS code:  UKJ35 -  South Hampshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=35307&B=WCC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Framework Agreement For Replacement Roof Works
Reference number:  WCC/PROP/0002
II.1.2)

Main CPV code

45261900  -  Roof repair and maintenance work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Winchester City Council (the council) has a robust asset management plan and is committed to maintaining it’s housing stock in line with the national housing quality and decent homes standards and relevant legislation.
The council is responsible for c.5,000 properties across the Winchester district and has formulated a 30 year maintenance and replacement programme which identifies roofing replacement works and due dates and the Council wishes to engage external contractors via a framework to undertake the works.
II.1.5)

Estimated total value

Value excluding VAT: 9600000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
Maximum number of lots that may be awarded to one tenderer:  1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
The framework consists of two lots; Lot 1 for work packages <£250k and Lot 2 for work packages ≥£250k. Works will be offered in 'cascade' and if an order cannot be fulfilled by contractors on the appropriate Lot having followed the cascade, the works will offered between the Lots regardless of value. If there are insufficient applicants to a framework Lot, all applicants will be in a single lot
II.2)

Description

II.2.1)

Title

Lot 1 Work Packages <£250,000
Lot No:  1
II.2.2)

Additional CPV code(s)

45261211  -  Roof-tiling work
45261212  -  Roof-slating work
45261910  -  Roof repair
45261900  -  Roof repair and maintenance work
45261920  -  Roof maintenance work
II.2.3)

Place of performance

NUTS code:  UKJ35 -  South Hampshire
Main site or place of performance:  
The District of Winchester
II.2.4)

Description of the procurement

Winchester City Council (the council) has a robust asset management plan and is committed to maintaining it’s housing stock in line with the national housing quality and decent homes standards and relevant legislation.
The council is responsible for c.5,000 properties across the Winchester district and has formulated a 30 year maintenance and replacement programme which identifies roofing replacement works and due dates and the Council wishes to engage external contractors to undertake the works.
The council is seeking to appoint to up to a maximum of six contractors to provide roof replacement works throughout the year across the District of Winchester via a framework agreement. The framework is being established for use by Winchester City Council only. It is envisaged circa 250 roofs p.a may be replaced across Winchester’s administrative district issuing work orders for roof replacement works although no guarantees can be given regarding anticipated volumes.
The contract area will cover Winchester, Alresford, Bishops Waltham, Denmead, Whiteley and Wickham and rural areas and villages surrounding these settlements. It encompasses an area of around 250 square miles
The framework is divided into two lots and applicants will only be able to apply for one lot only and tender for work packages issued by the council based on two value bands; Lot 1 for work estimated to be <£250k and Lot 2 for work packages estimated to be ≥£250k. The estimated value across both lots over the framework period is £9.6m. If there are insufficient applicants or one Lot receives no applicants, all applicants will be in a single Lot and each work package will be offered to all contractors on the framework.
Where two Lots are established and a specific works order cannot be fulfilled by any of the appointed contractors to the relevant Lot, the work package can be offered to contractors on the other Lot in sequence regardless of value. Effectively, work packages can be offered between the Lots If the cascade approach detailed in the ITT has been followed without success.
The Framework Agreement will operate through a modified JCT Framework 2016 edition (as the main contract) with Work Packages or Orders being procured using Minor Works Building Contract 2016 or variation of with supplemental terms and conditions.
The commencement date for the framework contract is expected in place by Autumn 2021 and will be for a period of 4 years.
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: 9600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
To be fully detailed in the procurement documents. It is envisaged there will be a maximum 6 providers (minimum 3) on the framework. Candidates will need to complete a Selection Questionnaire containing pass / fail and weighted questions. A minimum pass score will be required along with passes to all pass fail questions to proceed to the tender stage 2. Up to 10 candidates that meet the conditions stated may be invited to the tender following evaluation of Selection Questionnaires (stage 1). Where the number of candidates exceeds the maximum 6 permitted on the framework, the council reserves the right to select and invite to stage 2 the highest scoring candidates up to 6 only or all candidates meeting the criteria.
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
II.2.14)

Additional information

Interested parties should register on the link below and complete the Selection Questionnaire only, along with any supporting information by 17:00 on 9/8/21;
1) https://uk.eu-supply.com/login.asp?B=WCC
2) Click on the 'new supplier registration';
3) Complete the supplier registration form
Further assistance with registration:
email: uksupport@eu-supply.com
Tel: 0800 840 2050 (8am to 5pm)
II.2)

Description

II.2.1)

Title

Lot 2 Work Packages ≥£250,000
Lot No:  2
II.2.2)

Additional CPV code(s)

45261211  -  Roof-tiling work
45261212  -  Roof-slating work
45261910  -  Roof repair
45261900  -  Roof repair and maintenance work
45261920  -  Roof maintenance work
II.2.3)

Place of performance

NUTS code:  UKJ35 -  South Hampshire
Main site or place of performance:  
Winchester District
II.2.4)

Description of the procurement

Winchester City Council (the council) has a robust asset management plan and is committed to maintaining it’s housing stock in line with the national housing quality and decent homes standards and relevant legislation.
The council is responsible for c.5,000 properties across the Winchester district and has formulated a 30 year maintenance and replacement programme which identifies roofing replacement works and due dates and the council wishes to engage external contractors to undertake the works.
The council is seeking to appoint up to a maximum of six contractors to provide roof replacement works throughout the year across the District of Winchester via a framework agreement. The framework is being established for use by Winchester City Council only. It is envisaged circa 250 roofs p.a may be replaced across Winchester’s administrative district issuing work orders for roof replacement works although no guarantees on volume of orders can be given..
The contract area will cover Winchester, Alresford, Bishops Waltham, Denmead, Whiteley and Wickham and rural areas and villages surrounding these settlements. It encompasses an area of around 250 square miles
The framework is divided into two lots and applicants will only be able to apply for one lot only and tender for work packages issued by the council based on two value bands; Lot 1 for work estimated to be <£250k and Lot 2 for work packages estimated to be ≥£250k. The estimated value across both lots over the framework period is £9.6m. If there are insufficient applicants or one Lot receives no applicants, all applicants will be in a single Lot and each work package will be offered to all contractors on the framework.
Where two Lots are established and a specific works order cannot be fulfilled by any of the appointed contractors to the relevant Lot, the work package can be offered to contractors in sequence on the other Lot regardless of value. Effectively, work packages can be offered between the Lots If the cascade approach detailed in the ITT has been followed without success.
The Framework Agreement will operate through a modified JCT Framework 2016 edition (as the main contract) with Work Packages or Orders being procured using Minor Works Building Contract 2016 or variation of with supplemental terms and conditions.
The commencement date for the framework contract is expected be in place by Autumn 2021 and will be for a period of 4 years.
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: 9600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
To be fully detailed in the procurement documents. It is envisaged there will be a maximum 6 providers (minimum 3) on the framework. Candidates will need to complete a Selection Questionnaire containing pass / fail and weighted questions. A minimum pass score will be required along with passes to all pass / fail questions to proceed to the tender stage 2. Up to 10 candidates that meet the conditions stated may be invited to the tender following evaluation of Selection Questionnaires (stage 1). Where the number of candidates exceeds the maximum 6 permitted on the framework, the council reserves the right to select and invite to stage 2, the highest scoring candidates up to 6 only or all candidates meeting the criteria.
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
II.2.14)

Additional information

Interested parties should register on the link below and complete the Selection Questionnaire only, along with any supporting information by 17:00 on 9/8/21;
1) https://uk.eu-supply.com/login.asp?B=WCC
2) Click on the new supplier registration;
3) Complete the supplier registration form
Further assistance with registration:
email: uksupport@eu-supply.com
Tel: 0800840 2050 (8am to 5pm)

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

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
IV.1.8)

Information about the 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 FTS: 2020/S 248-619035
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/08/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/08/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Interested parties should register their interest in the project via CTM as below. Tenderers will need to complete the Selection Questionnaire along with any supporting within the deadline stated for their application to be considered for be inclusion in the tender process.
To register for the tender and access the tender documents, Tenderers will need to register via the Complete Tender Management system (CTM), which can be accessed using the following link:
https://uk.eu-supply.com/login.asp?B=WCC
To register on CTM, click on the above URL below and follow the instructions 1 and 2:
1) Click on “New supplier registration”
2) Complete the Supplier Registration form.
Please read the further instruction within the tender supplier guidance on the portal and tender documents. If you need any further assistance with registration or have any queries about using CTM, please contact EU Supply as follows:
E-mail: uksupport@eu-supply.com
Telephone: 0800 840 2050 during office hours ONLY (08.00 to 17.00)
VI.4)

Procedures for review

VI.4.1)

Review body

London - High Court
Technology and Construction Court
London
EC4A 1NL
UK
Telephone: +44 2079477156

VI.4.2)

Body responsible for mediation procedures

Service Lead – Legal Services Winchester City Council
City Offices, Colebrook Street
Winchester
SO23 9LJ
UK
Telephone: +44 1962840222