Contract 52 - Installation of Kitchens and Bathrooms 2024 - 26

Award

Value

£12,000,000

Classifications

  • Works for complete or part construction and civil engineering work

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

The Authority invites suitably experienced Contractors for the above Framework to provide a skilled service and provide the works for the Installation of Kitchens and Bathrooms.\r
This Framework Contract will ensure the availability of skilled Contractors to deliver the above Framework, requiring differing values and complexities as required during the Framework Contract.\r
The Contractor will be Sub-Contractor. and The Authority will be Principal Contractor and Client for the purposes of the CDM Regulations 2015.\r
The successful Framework Suppliers will be required to work together with North Tyneside Council (the Authority) to drive improvements and support the aims and ambitions of the Contract.\r
\r
The following are the industry Standard Accreditation's required for this Framework and are a pass/fail question in the procurement Tender documents:\r
All electrical works carried out need to be carried out by a NICEIC or NAPIT registered electrician.\r
All gas works will need to be carried out by a Gas Safe registered contractor.\r
\r
The scope of works includes kitchen replacements, bathroom replacements, internal painting and decorating, plastering, removing and installing wall tiling, removal and installing floor coverings, and electrical upgrades along with all associated works. Works to be completed in occupied properties.\r
\r
The Framework duration will be for an initial 2 years plus 2 x up to 12 months options to extend at the sole discretion of the Authority.\r
The anticipated number of suppliers successful to the Framework is 5\r
The Authority intends to appoint 2 contractors (Ranked 1 and 2 ) to carry out works concurrently for the initial two year duration of the Framework after which, should the Authority confirm the extension option(s), the Authority will issue a Mini Competition (Annual Price refresh) and the results may re-rank the Suppliers.\r
The full Tender documents can be downloaded immediately after registering an interest via the NEPO Portal and via the link below.  Unregistered Suppliers will be re-directed to a registration page, registration is free.

Additional information: 
Award Criteria
The full detail's of the award criteria are included in the Tender Documents

Contract Duration 
The initial contract is for 24 months with an option to extend for a further 2 x up to 12 months after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority.

Number of Successful Tenderers 
The maximum number of Contractors to be awarded on the Framework = 3 (three)

Accessing Tender documents
Interested Suppliers must access the Tender documents for further information, which are available to download immediately in the NEPO Portal after registering an interest via the link below.  Unregistered Suppliers will be re-directed to a registration page, registration is free.

Similar Contracts

Open

Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY

Worth Parish Council (WPC) invites tenders for the "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY". The Parking Scheme involves the construction of eighteen parking spaces in a layby format in Bowers Place adjacent to the village green. The work is to take place within the publicly maintained highway and will be the subject of a Section 278 agreement with West Sussex County Council. It is anticipated a revised planning application will be approved by Mid Sussex District Council on Monday 1st December 2025. The Section 278 agreement application can then be submitted with a view to commencement on site being possible in late February 2026. WPC have funding for the project in place and have appointed Paul Budgen Associates LLP (t/as PBA Planning) as the Project Manager to deliver the scheme as soon as possible. Tenders should be based on the details included in the following document bundle: a.PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan] b.PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan] c.PBA Planning drawing reference WPC25-03 REV A [Sections] d.PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan] e.WSCC S278/38/17 B f.ASSET SEARCH - ALL POINTS FIBRE [39524903] g.ASSET SEARCH - SGN [39524903] h.ASSET SEARCH - UKPN [39524903] The works involve constructing eighteen parking spaces including: a.Preparing Construction Phase Plan. b.Setting up and maintaining site welfare and storage arrangements. c.Excavation of the existing verge and laying sub-base, binder course and wearing course including overlaying existing footpath with wearing course. d.Construction of utility protection points. e.Replacing section of play area fence and construction of short section of footpath to the village green. All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to [email protected] or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: •Fully costed schedule of works. •Completed Declaration of Non-Collusion (Appendix B). •Completed Declaration regarding Conflicts of Interest (Appendix C). •Proof of public liability insurance (at least £10m). •Latest published accounts. •Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: •Evidence of technical capability. •Previous examples of similar works. •Previous examples of CDM compliance. •Project timeline and delivery plan including lead time and delivery time.

Katy Reed

Published 2 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Christine Bordoli

[email protected]

+44 7583007237

Timeline complete

Publish
Bid
Evaluate
Award
Complete