II.1)
Scope of the procurement
Framework Agreement For Replacement Roof Works
Reference number:
WCC/PROP/0002
45261900
-
Roof repair and maintenance work
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
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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)
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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)