Framework Agreement for the Provision of Planned and Reactive Maintenance and Minor Works

Complete

Value

£0

Classifications

  • Construction work

Tags

  • tender

Submission Deadline

1 year ago

Published

1 year ago

Description

This Procurement is for a Framework Agreement between the appointed suppliers and the Authority, to supply Works and Services on a call-off basis, as and when required. The Authority makes no guarantee as to the volume of business on offer and any figures/quantities/volumes given are indicative and are guidance only. 

The Framework Agreement will work in accordance with the National Schedule of Rates ('NSR') and Provider Day rates. These will be used to provide Planned & Reactive Maintenance and Minor Works, lotted as follows: -

LOT 1 - Minor Building Works
The work typically consists of general building / construction projects to carry out internal/external alterations, new-build, alterations/extensions, refurbishments, fit-outs, fabric work, and external works.

The value of each project will usually range between £20,001 and £500,000 with the occasional individual project reaching values outside of this.

There is no cap on project size.

LOT 2 - Mechanical 
The work will typically consist of mechanical engineering items, either as standalone projects, or associated Works in carrying out internal/external alterations and refurbishments with the occasional extension. Works are likely to include, but not limited to, heating, domestic hot water and gas installations, also air conditioning and mechanical ventilation systems.

The value of each project will usually range between £20,001 and £100,000 with the occasional individual project reaching values outside of this.

There is no cap on project size.

LOT 3 - Electrical 
The work will typically consist of electrical engineering items, either as standalone projects, or associated works in carrying out internal/external alterations and refurbishments with the occasional extension. Works are likely to include, but not limited to, electrical rewiring, installation of new power, lighting and control systems also electrical ventilation systems.

The value of each project will usually range between £20,001 and £100,000 with the occasional individual project reaching values outside of this.

There is no cap on project size.

Properties for all Lots will include County Council - owned properties, public sector estate and infrastructure, schools (maintained or otherwise), Academies, Free schools, libraries, community buildings, general offices, education/higher education property, health & social care buildings, emergency services buildings, community buildings, occasional nursery facilities, sports facilities, and light industrial units. Some work may be required in privately owned dwellings for the purposes of Disabled Facilities Grant Funding which public sector organisations are responsible for providing.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

SC240044 - Local Highway Maintenance Support Contract 2025

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made. Kent County Council (KCC) as upper tier Authority is the Highway Authority for highways maintainable at public expense and has such duty to maintain highways in accordance with S.41 of the Highways Act 1980. In order to meet and deliver upon these statutory obligations KCC requires competent contractors as there is no internal KCC employed resource to undertake this work There are around 5,445 miles of local roads in Kent (616 miles of A roads, 279 of B roads, 1,172 of C roads and 3,378 of unclassified roads), making it one of the largest and most heavily trafficked local authority networks in the country. The workload will be divided into six geographical areas, and awarded separate contracts. Suppliers may bid for any number of areas but will be awarded no more than two. The contract carries an initial term of three years, with options to extend for a further two years. Works orders are raised by KCC Highway staff. The works will consist of small and medium patching generally within the carriageway. Small elements of footway patching may also be requested. Pre-site inspections will be undertaken, jointly between KCC and the Contractor where necessary, to minimise issues that may prevent the work from being carried out. The contractors will deliver a programme of works over a 6- to 8-month period, usually between April through to October when the weather and road temperatures are optimal for highway repairs. The contractors will provide sufficient resource to achieve minimal deviation from projected timescales. Operatives are to be fully trained and have the required level of qualifications and expertise to deliver works and will be required to take before and after photos at each site. The key aim of these contracts is to deliver a permanent, quality first-time repair, including adjusting iron works and reinstating all white lining. The Contractor is responsible for managing all aspects of traffic management according to the Code of Practice for Safety at Street Works & Road Works and the New Roads and Street Works Act 1991.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete