Norfolk County Council Minor Construction Works and Building Services
Norfolk County Council wishes to enter into a Framework Agreement with suitable contractors for general building works, plumbing and mechanical and electrical services.
United Kingdom-Norwich: Building construction work
2018/S 224-511808
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Martineau Lane
Norwich
NR1 2DH
United Kingdom
E-mail: sourcingteam@norfolk.gov.uk
NUTS code: UKH15
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Minor Construction Works and Building Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Norfolk County Council wishes to enter into a Framework Agreement with suitable contractors for general building works, plumbing and mechanical and electrical services across Norfolk and adjoining counties. There are 3 Lots (Lot 1 subdivided in to 2 value ranges) and applicants can apply for any or all lots.
— Lot 1: General Building — Sub divided into:
— — Lot 1A: 30 000 GBP — 200 000 GBP,
— — Lot 1B: 200 000 GBP — 800 000 GBP,
— Lot 2: Plumbing and Mechanical: 30 000 GBP — 200 000 GBP,
— Lot 3: Electrical: 30 000 GBP — 200 000 GBP.
II.1.6)Information about lots
II.2.1)Title:
General Building
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Type of work awarded under this Lot is likely to include:
— building extensions to existing buildings,
— renovations and refurbishments of existing buildings,
— new buildings,
— ground works projects,
— preparatory/enabling works in support of placement of new portable buildings,
— new plant rooms,
— demolitions,
— re-roofing projects,
— modifications to building fabric,
— works within historic and listed buildings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Plumbing and Mechanical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Type of work awarded under this Lot is likely to include:
— mechanical services within extensions to existing buildings,
— mechanical services within renovations and refurbishments of existing buildings,
— mechanical services within new buildings,
— fit out of new and refurbishment of existing plant rooms,
— demolitions/removal of redundant mechanical services plant/equipment,
— installation/replacement of mechanical services within historic and listed buildings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Electrical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Type of work awarded under this Lot is likely to include:
— electrical services within extensions to existing buildings,
— electrical services within renovations and refurbishments of existing buildings,
— electrical services within new buildings,
— installation/replacement of electrical services within historic and listed buildings,
— major lighting schemes,
— renewable energy projects e.g. installation of solar panels,
— high voltage works.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This procurement will be managed electronically via the Council`s e-Procurement system In-Tend. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the “tenders” section and “express an interest” to view all documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.
VI.4.1)Review body
Norwich
United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: