Stotles logo
Awarded

North East Lincolnshire Capital Works Frameworks

Published

Supplier(s)

E.S.RUDKIN LIMITED, Gelder Ltd, J.P.DEVELOPERS LIMITED, KES BUILDING AND MAINTENANCE LIMITED, OVERHALL CONSTRUCTION LIMITED, Quartzelec Ltd, TSPRO Ltd, Unibuild Building Contractors LTD, E.S.RUDKIN LIMITED, Hinko Construction Ltd, Hobson and Porter Limited, J.P.DEVELOPERS LIMITED, Topcon Building Ltd, TSPRO Ltd, Unibuild Building Contractors LTD, Gelder Ltd, Hinko Construction Ltd, Hobson and Porter Limited, OVERHALL CONSTRUCTION LIMITED, Topcon Building Ltd

Value

314,000,000 GBP

Description

Equans Services Limited on behalf of North East Lincolnshire Council are seeking suitably qualified contractors for the renewal of its Capital Works framework, which is delivered by its Professional Services team. The works to be carried out under this framework focuses around repairs, maintenance, refurbishment, new capital projects and extensions to Authority owned assets, leisure portfolio and schools/academies. The works will be both internal and external construction to assets including buildings, site works, substructure, superstructure, internal construction and finishes, electrical, mechanical, and access systems. Lot 1: £0 - £250,000 Lot 1 is for works between the value of 0 GBP to 250 000 GBP. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies. There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the Authority's control. Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender. Contractors will be issued with a Work Schedule which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure. Additional information: This tender is divided into lots. Tenderers can bid for a maximum of two lots. Lot 1 - Tenderers are not required to hold Constructionline, but will be expected to be either CHAS, and or SSIP accredited. For projects under £50,000 or in an emergency situation, the Authority reserves the right to direct award. This would be done on a rotational basis. Lot 2: £250,000 - £500,000 Lot 2 is for works between the value of 250 000 GBP to 500 000 GBP. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies. There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the Authority's control. Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender. Contractors will be issued with a Work Schedule which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure. Additional information: This tender is divided into lots. Tenderers can bid for a maximum of two lots. Lot 2 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP. Lot 3: £500,000 - £1,000,000 Lot 3 is for works between the value of 500 000 GBP - 1 000 000 GBP. This lot provides the mechanism to allow mini competitions to be completed, which identify a suitably competent contractor to deliver general building works, primarily associated to the authority's assets, leisure portfolio, and schools/academies. There will be no obligation for the Authority to enter into call-off contracts nor will any guarantee be given about minimum volumes of works or indeed through this framework agreement. Volumes are subject to change based on budgetary alteration outsides the Authority's control. Each project will be subject to a mini-competition, where all contractors, who have met the minimum scoring criteria for this lot will be invited to tender. Contractors will be issued with a Work Schedule which will be evaluated on 100 % price. However, there may be occasions when a price/quality split will be required. The design engineer/quantity surveyor will undertaken an initial assessment of the whole life cost of each project prior to the invitation to tender to enable a comparison between the assessment and bids received to ensure value for money. Once bids are evaluated, if the design engineer/quantity surveyor assesses that the tender is not proving value for money, the project will not be awarded and will be re-tendered. If at any time, during the lifetime of this framework, the framework is no longer proving value for money, the Authority will reserve the right to terminate and re-procure. Additional information: This tender is divided into lots. Tenderers can bid for a maximum of two lots. Lot 3 - Tenderers are required to demonstrate that they are a Constructionline Silver Member, who are working towards achieving Constructionline Gold Member status, and hold CHAS/SSIP.

Timeline

Award date

2 months ago

Publish date

2 months ago

Buyer information

North East Lincolnshire Council

Contact:
Christina Tabor
Email:
capital.framworks@nelincs.gov.uk

Explore contracts and tenders relating to North East Lincolnshire Council

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by North East Lincolnshire Council

Explore more open tenders, recent contract awards and upcoming contract expiries published by North East Lincolnshire Council.

Explore more suppliers to North East Lincolnshire Council

Sign up