Hampshire’s Mechanical and Electrical Minor Works Framework
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Creation of a framework agreement covering 4 lots; 2 for electrical services and 2 for Mechanical Services.
United Kingdom-Winchester: Building installation work
2016/S 102-182005
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hampshire County Council
Three Minsters House, 76 High Street
Contact point(s): Procurement Support
SO23 8UL Winchester
UNITED KINGDOM
Telephone: +44 1962832323
E-mail: procurement.partners@hants.gov.uk
Internet address(es):
Address of the buyer profile: https://in-tendhost.co.uk/hampshire/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Hampshire County Council; Reading Borough Council; Isle of Wight Council; The Police and Crime Commissioner for Hampshire; Hampshire Fire and Rescue Services; District and Borough Councils, Town and Parish Councils, and Unitary Authorities and successor authorities across Hampshire; Educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; Academies Trusts including those schools which may covert to academy status either during the procurement process or during the term of the framework, Free Schools, any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities, namely Guildford Anglican Diocese; Salisbury Anglican Diocese; Winchester Anglican Diocese and Portsmouth Anglican Diocese; academies; Portsmouth Roman Catholic Diocese; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, further education establishments; higher education establishments and other educational establishments); National Park Authorities within Hampshire (New Forest and South Downs); Registered Charities within the UK within the geographical areas identified below at II.1.2)
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: The locations of the works will predominantly be in the County of Hampshire.
NUTS code UKK1,UKK2,UKJ11,UKJ23,UKJ3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 64
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 26 000 000 and 48 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It is envisaged the Framework will commence on or around the first quarter of 2017 and will be for a period of 4 years.
Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/hampshire and complete and submit the Pre-Qualification Questionnaire together with any supporting information requested by 14:00 on Tuesday 28.6.2016.
How to obtain the PQQ Documents
The Pre-Qualification Questionnaire can be accessed when logged into In-Tend by selecting ‘View Details’ on the relevant tender advert and clicking the ‘Express Interest’ tab. Once in the tender there are five tabs — ‘Tender’, PQQ — Documents’ ‘Correspondence’, ‘Clarifications’ and ‘History’. Select the 2nd tab (PQQ — Documents) where you will find useful information under ‘Tender Details’ continue to scroll down to the heading ‘Tender Documents Received’ where you will be able to view / download the documents.
Opting In and Out.
Please note you are required to ‘Opt In’ before you can access the ‘My tender Return’ to start populating your response.
The ‘Opt Out’ functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision.
You can choose to ‘Opt In’ at any time during the tender process if you initially decided to ‘Opt Out’.
Please note you are required to ‘Opt In’ to view and complete the Questionnaire for this project.
Further Guidance.
In addition, guidance on how to participate in a tender — download & upload documents / returns and if required, register your company (free of charge), can be found on the In-tend site under the ‘Help’ or ‘Information for Suppliers’ buttons. Alternatively, if you require training to guide you through the In-tend system, please email procurement.partners@hants.gov.uk by no later than 8.6.2016.
Receiving Notification Emails
To ensure you receive email alerts and notifications from our system, please add the email domain @in-tend.co.uk to your Safe Senders list.
II.1.6)Common procurement vocabulary (CPV)
45300000, 45310000, 45350000, 50700000, 45351000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The typical type of works will be;-
— Small boiler, gas fired water heater or calorifier replacements,
— Pipework modifications or smaller scale replacement (domestic water and heating),
— Associated elements including controls, thermal insulation, asbestos management, building penetrations and making good, boxing of pipes, minor decorations and making good.
— Excavations and reinstatement etc. for external services installation;
— Ventilation works to spaces for catering areas, general occupied spaces and changing/shower rooms.
— Installation or replacement of small scale comfort cooling systems.
Lot 2 Mechanical Services — order value band 75 000 GBP — 500 000 GBP.
The typical works will be;
— Major plant replacement schemes; boilers, chillers and their associated equipment
— Large scale pipework infrastructure replacement
— External pipework infrastructure replacement
— Major automatic controls renewal or reconfigurations
— Major ventilation system replacement and air handling plant to spaces for catering areas, general occupied spaces and changing/shower rooms.
— Programmes comprising work on multiple sites
— Larger air conditioning and comfort cooling installations
Lot 3 Electrical Services — order value band 1 GBP to less than 75 000 GBP.
The typical works will be;-
— Individual switchgear/distribution board replacement
— Alterations to or replacement of wiring infrastructure
— Modifications and additions to general electrical installations and specialist electrical system installations
— Lighting replacement
— Lighting controls
Lot 4 Electrical Services — order value band 75 000 GBP — 500 000 GBP
The typical works will be;
— Major switchgear/distribution board replacement/upgrade schemes
— Large scale wiring infrastructure replacement
— External cable infrastructure replacement
— Replacement and modifications and additions to general electrical installations and specialist electrical system installations
— Major lighting replacement schemes including lighting controls
— Programmes comprising work on multiple sites.
Estimated value excluding VAT:
Range: between 26 000 000 and 48 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Mechanical Minor Works — Project Values between 1 GBP and less than 75 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45350000, 50700000, 45351000
3)Quantity or scope
The typical type of works will be;-
— Small boiler, gas fired water heater or calorifier replacements,
— Pipework modifications or smaller scale replacement (domestic water & heating),
— Associated elements including controls, thermal insulation, asbestos management, building penetrations and making good, boxing of pipes, minor decorations and making good.
— Excavations and reinstatement etc. for external services installation;
— Ventilation works to spaces for catering areas, general occupied spaces and changing/shower rooms.
— Installation or replacement of small scale comfort cooling systems.
Estimated value excluding VAT:
Range: between 12 000 000 and 20 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This Lot will be allocated a maximum of 30 Contractors.
Lot No: 2 Lot title: Mechanical Minor Works — Project Values between 75 000 GBP and 500 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45350000, 50700000, 45351000
3)Quantity or scope
The typical works will be;
— Major plant replacement schemes; boilers, chillers and their associated equipment
— Large scale pipework infrastructure replacement
— External pipework infrastructure replacement
— Major automatic controls renewal or reconfigurations
— Major ventilation system replacement and air handling plant to spaces for catering areas, general occupied spaces and changing/shower rooms.
— Programmes comprising work on multiple sites
— Larger air conditioning and comfort cooling installations.
Estimated value excluding VAT:
Range: between 6 000 000 and 12 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This Lot will be allocated a maximum of 7 Contractors.
Lot No: 3 Lot title: Electrical Minor Works — Project Value 1 GBP to less than 75 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45310000, 45300000, 50700000
3)Quantity or scope
The typical works will be;
— Individual switchgear/distribution board replacement
— Alterations to or replacement of wiring infrastructure
— Modifications and additions to general electrical installations and specialist electrical system installations
— Lighting replacement
— Lighting controls.
Estimated value excluding VAT:
Range: between 6 000 000 and 12 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This Lot will be allocated a maximum of 20 Contractors.
Lot No: 4 Lot title: Electrical Minor Works — Project Values between 75 000 GBP and 500 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45310000, 45300000, 50700000
3)Quantity or scope
The typical works will be;
— Major switchgear/distribution board replacement/upgrade schemes
— Large scale wiring infrastructure replacement
— External cable infrastructure replacement
— Replacement and modifications and additions to general electrical installations and specialist electrical system installations
— Major lighting replacement schemes including lighting controls
— Programmes comprising work on multiple sites.
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This Lot will be allocate a maximum of 7 Contractors.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As defined in the Tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Tenderers are advised that the following minimum insurance levels are required:
Employer’s Liability 10 000 000 GBP;
Public Liability 10 000 000 GBP.
III.2.3)Technical capacity
In accordance with Articles 57 — 62 of Directive 2014/24/EC of the European Parliament and of the Council and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 211-381973 of 30.10.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Property Condition Surveys Framework Barnsley
Framework Agreement for Construction Consultancy Services
UPS Service and Maintenance Contract Blackburn
Fixed Wire Testing and Remedial Works Contract