West Lancashire Borough Council - Framework for Support Trades

Complete

Value

£1,450,000

Classifications

  • Repair and maintenance services
  • Paving and asphalting works
  • Foundation work for footpaths
  • Laying of paving
  • Fencing, railing and safety equipment installation work
  • Ground-drainage work
  • Sewer construction work
  • Sewerage work
  • Foul-water piping construction work
  • Sewage work
  • Construction work for sewage pipes
  • Drainage construction works
  • Drainage and surface works
  • Drainage works
  • Plumbing and drain-laying work
  • Roof works and other special trade construction works
  • Plumbing and sanitary works
  • Demolition, site preparation and clearance work
  • Scaffolding work
  • Scaffolding dismantling work

Tags

  • tender

Submission Deadline

1 year ago

Published

1 year ago

Description

The Contracting Authority wish to appoint a Framework of Contractors for the undertaking of repairs, renewals, reinstatements and improvements  in respect of the following Specialist Trades;
Lot 1 - Paving Works
Lot 2 - Fencing Works
Lot 3 - Drainage and Sewage Works
Lot 4.- Asphalt Works
Lot 5 - Roofing Works
Lot 6 - Plumbing Works
Lot 7.- House and Communal Clearance
Lot 8 - Scaffolding
The Framework will be for a 4 year period and the initial call-off contracts will be for 36 months commencing on or about the 1st December 2024 with the option to be extended for a further two years. The Framework Agreement will be based on the JCT Framework Agreement 2016 (FA2016) with the underlying Call-Off Contracts being based on  
The Articles, Contract Details and Contract Conditions of the NHF Form of Contract 2023 with amendments  together with:
•	Preliminaries;
•	Technical Specification of Materials and Workmanship;
•	M3NHF Schedule of Rates: Responsive Maintenance and Void Property Works Version 7.2
•	KPI Framework; 
•	Price Framework
Provider's Method Statements 
Provider's Social Value Offer
The Contracting Authority's mission is to create sustainable communities  and they are committed to making a positive difference . The quality of the service to be provided by the Contractors is therefore of paramount importance and the 
Contracting Authority is therefore seeking Contractors who can deliver the service required to the highest possible standards and can demonstrate a proven track record for successfully and expeditiously competing this type of Work.

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Bypass the hassle of outdated portals.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

P1228 - Highways and Infrastructure Works Framework Agreement

Birmingham City Council is seeking to appoint organisations for the provision of Highways and Infrastructure Works via the Highways and Infrastructure Works Framework Agreement. These works will range from minor highway improvements, for examples new white lining, through various pedestrian and cycling improvements, to large scale infrastructure projects. The framework agreement will cover all works required to deliver highway and infrastructure projects for the Council. • Lot 2: works with an estimated value of between £200,001 and £1,000,000. • Lot 3: works with an estimated value of between £1,000,001 and £10,000,000. • Lot 4: works with an estimated value greater than £10,000,000. • Lot 5: contestable and non-contestable utility work related to capital infrastructure projects with no upper limit. The maximum number of tenderers awarded to each lot is as follows: • Lot 1: up to 10 • Lot 2: up to 6 • Lot 3: up to 3 • Lot 4: up to 2 • Lot 5: up to 3 Other local Public Bodies based within the East Midlands and West Midlands are entitled to use the Framework Agreement, subject to approval by the Council. This is affected by the completion of an access agreement between the Council and these other local Public Bodies. The open framework scheme will remain in place for a maximum period of up to eight years, commencing on the date that the Contract is awarded pursuant to this procurement process. Further details in respect of how the open framework scheme will operate are set out within the Framework Opening Protocol, contained in the tender documents. NEC4 terms and conditions will be used for this framework. Suppliers will need to ensure they are on the Central Digital Platform. Of the £980m framework spend (excl VAT), £640m of this is for Birmingham City Council.

Katy Reed

Published 14 hours ago
Open

Plowright and Brooksby CETP BETP Calibrations Service Contract

Introduction The Pirbright Institute (Pirbright) is a world-leading centre of excellence in research and surveillance of virus diseases of farm animals and viruses that spread from animals to humans, working to enhance capability to contain, control and eliminate these economically and clinically important viral diseases (such as foot-and-mouth diseases virus (FMDV)) through highly innovative fundamental and applied bioscience. The facility also plays a crucial role in predicting which viruses are circulating globally and assessing their potential impact. This capability is essential for preparing and responding to outbreaks, ensuring rapid diagnostics can be deployed in the UK. The Pirbright Institute is inviting tenders for Plowright and Brooksby CETP/BETP Calibrations Service Contract at The Pirbright Institute. Contract Scope The Pirbright Institute is seeking a qualified contractor to provide comprehensive calibration services for all critical instruments associated with three Effluent Treatment Plants (ETP) systems across its research facilities. This includes: • Scheduled calibration of all sensors and instruments, split between critical (6-monthly) and non-critical (12-monthly) frequencies. • Provision of calibrated, UKAS-traceable test equipment by the contractor. • Provision of calibration certificates, registers, and documentation for all instruments. • Compliance with biosecurity, quarantine, and barrier shower entry/exit procedures while working under escort in high-containment environments. • Attendance at site for planned visits totalling approximately 27 days per year (18 days for Plowright CETP and BETP, 9 days for Brooksby BETP). • Any additional days required to complete calibration will be billed separately under the contractor’s standard fee rates. • Replacement of faulty or non-calibratable equipment will be costed and sourced separately under independent Purchase Orders. Equipment Covered The following systems are included in this contract: • Plowright Building  - Continuous Effluent Treatment Plant (CETP)  - Batch Effluent Treatment Plant (BETP)  - Approx. 239 instruments across both systems. • Brooksby Building  - Batch Effluent Treatment Plant (BETP)  - Approx. 131 instruments. Total: 370 instruments across all systems. Service Frequency • Every 6 months:  - Calibration of all critical instruments essential for containment and process control (e.g., temperature probes, pressure transmitters, flow meters critical to biosecurity performance). • Every 12 months:  - Calibration of all non-critical instruments (e.g., ancillary monitoring devices, level sensors, general process indicators). This results in two calibration visits per year per building: • Visit 1: Calibration of all instruments. • Visit 2 (six months later): Calibration of critical instruments only. Points to note: • A reasonable number of spare parts are to be held ready for call outs. • All engineers should be directly employed. • Location of proposed engineers to be provided.

Katy Reed

Published 16 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete