Homes England UK Minor Works Framework
This Framework covers the full range of minor works including plumbing, electrical, ground and civil works, small building design and construction.
United Kingdom-Bristol: Construction work
2019/S 099-238524
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
2 Rivergate, Temple Quay
Bristol
BS1 6EH
United Kingdom
Contact person: Gerard Wackrow
E-mail: enquiries@miconcepts.co.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/homes-england
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
UK Minor Works Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework covers the full range of minor works including plumbing, electrical, ground and civil works, small building design and construction, renewables and utilities installations and repairs, fit-out, carpentry, etc. This Homes England (formerly Homes and Communities Agency) procurement may accessed by a list of public sector bodies throughout the UK, although it is not mandatory for suppliers to cover the whole region. It is a Framework Agreement where jobs will be awarded on as needed basis, and which suppliers can elect to participate in or not. Call-off contracts may also include measured terms agreements.
The framework is being set up to cover Homes England’s Minor Works requirement, and accessed by other eligible contracting authorities. Full terms details are published in the tender documents, so please review carefully. The framework is divided into lots, with no limit to the number of lots that Suppliers may be appointed to.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
General Trades
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 1 includes: painting and decorating, carpentry, locksmith, repair and replacement of installations, plumbing, general repairs and maintenance, general trades, landscaping.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fabric Work and Refurbishment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 2 includes: fit-out and flooring, roofing, door and window replacement and repair, fixtures and fittings, structural repairs, refurbishment, bathroom installation, office installation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical and Mechanical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents
II.2.4)Description of the procurement:
Lot 3 includes: electrical trades and installations, lift and elevator engineering, mechanical repairs, related services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fencing Installations
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 4 includes: temporary fencing for works, security fencing such as mesh and palisade, wooden fencing, hoarding and boarding, debris netting and related items.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Ground Works and Civil Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 5 includes: parking installations, surfacing works, small infrastructure works projects, civil engineer and road repairs, levelling.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Renewables and Utilities Installation and Repairs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 6 includes: provision, installation and repair of utilities for new and refurbished premises, encompassing traditional and modern renewable sources such as solar.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Small Building Projects Construction and Repair
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 7 includes: includes simple design and builds, as well as important maintenance and repair of existing assets.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Miscellaneous Minor Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Eligible Contracting Authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4)Description of the procurement:
Lot 8 includes: works and services to facilitate and compliment the overall minor works delivery, but which may not immediately fit into previous lots, such as drone services for surveying and facilitating works, removal of Japanese knotweed and other site preparation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once the spending limit is reached, or the contract period is reached, this framework may be renewed.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Appointment to the framework is pass or fail, based on suppliers meeting the relevant criteria. This includes completeness of the provided pricing schedule, as well as minimum standards of health and safety (such as registration on an SSIP scheme), self certification the supplier is a going concern, and satisfies the requirements regarding mandatory or discretionary exclusion. This establishes a minimum standard for appointment to the framework, whilst there may be a competitive quality and price weighting on a per job basis.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
A pro forma copy of the framework contract is included with the tender documents. This outlines the conditions of performance, including KPIS, standards of workmanship and how the call-off process will work.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Tenders are accessed online by Mi Concepts, and authorised representatives only. Admin log in to the online service to retrieve tenders is security protected, and granted only to authorised persons.
At the submission deadline for the tender the suppliers submission will be locked, and turned to a file download for records and evaluation purposes. All conditions of confidentiality are included in the tender documents also.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The procurement process will be conducted online at the following address. Full tender documents and information are available here: http://miprocurement.miconcepts.co.uk
VI.4.1)Review body
Midshire House, Midshires Business Park, Smeaton Close, Ayelsbury
Buckinghamshire
HP19 8HL
United Kingdom
Telephone: +44 1202800481
E-mail: enquiries@miconcepts.co.ukInternet address: http://www.miconcepts.co.uk
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: