Procurement Summary
Country : United Kingdom
Summary : Contract notice: Building construction work
Deadline : 14 Jan 2020
Other Information
Notice Type : Tender
TOT Ref.No.: 38069136
Document Ref. No. : 543561-2019
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : LANCASHIRE COUNTY COUNCIL
Office Name: Lancashire County Council
Address: PO Box 78 County Hall
Town: Preston
Postal Code: PR1 8XJ
Contact Point: James Bennett
Phone: +44 1772534966
United Kingdom
Email :casprocurement@lancashire.gov.uk
URL :https://www.lancashire.gov.uk/isupplier/
Tender Details
Object of the contract
Building construction work
Description: Contract notice: Building construction work
Authority Type: Regional or local authority
Contact Nature: Works
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 45210000, 45212290, 50800000, 45210000, 45212290, 50800000, 45000000, 45213100, 45214000, 45215000, 45259000, 50710000, 50500000, 51100000, 71334000, 34928200, 45421148, 44112200, 45262321, 45430000, 45431100, 45432000, 45261900, 45260000, 45261300, 45442100, 45442180, 45451000, 79931000, 45421100, 90922000, 45232450, 45332000
CPV Description: Building construction work.
Repair and maintenance work in connection with sports facilities.
Miscellaneous repair and maintenance services.
Construction work.
Construction work for commercial buildings.
Construction work for buildings relating to education and research.
Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
Repair and maintenance of plant.
Repair and maintenance services of electrical and mechanical building installations.
Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
Installation services of electrical and mechanical equipment.
Mechanical and electrical engineering services.
Fences.
Installation of gates.
Floor coverings.
Floor-screed works.
Floor and wall covering work.
Floor-tiling work.
Floor-laying and covering, wall-covering and wall-papering work.
Roof repair and maintenance work.
Roof works and other special trade construction works.
Flashing and guttering work.
Painting work.
Repainting work.
Decoration work.
Interior decorating services.
Installation of doors and windows and related components.
Pest-control services.
Drainage construction works.
Plumbing and drain-laying work.
Reactive and Planned Improvement Works
Reference Number : 15246665
Provision of reactive and planned improvement works across 16 lots.
Contractors are be expected to provide emergency call out within 2 hours, 24 hours a day, 365 days a year for a group of properties. Typical reactive works include, but not limited to:
— external building fabric repairs and maintenance,
— internal building repairs,
— works to make safe/secure premises,
— repairs to doors and windows,
— flooring repairs and replacement,
— kitchen and toilet area repairs,
— minor alterations and redecorations,
— boarding up and glazing,
— fire damage and security,
— roof repairs and measures to prevent water ingress.
Contractors will bid, via mini-competition tenders, for groups of properties within a similar geographical area. Each mini-competition tender will be for a group of a similar quantity (typically 80 to 110) of properties however, LCC reserves the right to increase or decrease this typical group size to meet local market needs.
LCC's PAMS will be the first point of contact for building related repair and maintenance work of a reactive nature covering unexpected repairs and minor maintenance repairs across many trade disciplines.
Typical planned improvement and maintenance works include, but not limited to:
— low value flooring and decoration installations as requested by premise managers, school clients or LCC representatives,
— minor alteration and remodeling works,
— DDA modifications or improvements,
— fire risk assessment works,
— small scale refurbishment works.
LCC expects building contractors for this lot to have an established specialist building maintenance teams and a local supply chain network.
Due to the value of works under framework lots 3, 6 and 9, LCC require contractors to have a minimum turnover of 3 000 000 GBP per annum to apply.
Each mini-competition will be evaluated based on the risk of the works or services to be performed:
— low risk works or services: the scope of works or service are routinely performed and a broad range of competent contractors exist to perform the works:
—— quality: pass/fail
—— price: 100 %
— medium risk works or services: the scope of works and services are routinely performed but an element of the works or services require further due diligence checks to confirm a contractors competency to perform the works or services:
—— quality: between 20 % to 40 %;
—— price: between 60 % to 80 %.
All works determined as high risk will be contracted under the respective construction, mechanical and electrical partnering agreements or tendered separately.
Internet address (URL): https://www.lancashire.gov.uk/isupplier/
Documents
Tender Notice