LSF Lot 1 - New Aco Drainage, Westfields Junior School - AWARD

Award

Value

£0

Classifications

  • Drainage and surface works

Tags

  • award

Submission Deadline

1 month ago

Published

2 weeks ago

Description

Dear Sir/Madam,
      
      In accordance with the Landscape and External Works Framework you are invited to a direct award for the Aco Drainage at Westfields Junior School and have been supplied with the attached documents.
      
      Please download all the documents and read VERY carefully.
      
      Opting In and Out
      Please note you are required to 'Opt In' before you can access the 'My tender Return' to start populating your response. 
      
      The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision.
      You can choose to 'Opt In' at any time during the tender process if you initially decided to 'Opt Out'.
      
      Your completed tender return document(s)  should be submitted via In Tend no later than 2pm on Friday 26th September 2025.
      
      Kind regards
      Property Services

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Bypass the hassle of outdated portals.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

External & Communal Pre Construction Services and Works to Houses Framework Rev01  CRN00039877

External & Communal Pre Construction Services and Works to Houses Framework Rev01 Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs. This Framework is to be split into 3no Lots as follows: LOT 1, Pre-Construction Services and External works, to low rise properties LOT 2, Pre-Construction Services and External works, to high rise properties LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately: Lot1 GBP2-4Million of work turnover per year; Lot2 GBP1-2Million of work turnover per year; Lot3 GBP0.3-1Million of work turnover per year; The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere) Types of work that may be awarded to framework contractors, but is non-binding, is detailed below: LOT 1 Pre-Construction Services and External works, to low rise properties Repairs and/or installation of: external masonry, concrete and joinery flat and pitched roof coverings, external and cavity wall insulation, and related works Door/window/screen replacements Photo voltaic panels and/or air source heat pumps Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Utility company coordination so as to reposition and/or replace gas pipework, meters etc Any other relevant services or works LOT 2 Pre-Construction Services and External works, to high rise properties Repairs and/or installation of: external masonry, concrete and joinery flat roof coverings external and cavity wall insulation, and related works Door/window/screens Repairs and/or renewing lightning protection and roof ventilation fans Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Any other relevant services or works LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties Repairs and/or installation of: Communal door/window/screens Foyer/communal hall/stair upgrading Firestopping, smoke control ventilation Below and above ground drainage lightning protection and mechanical ventilation door entry systems and communal lighting electrical switchgear, distribution and containment fire/smoke detection fire alarms fire suppression systems Communal potable water tank replacements Communal space heating replacements Communal hot & cold water services replacements Automatic Controls for communal mechanical and electrical services Fire Panel Controls for communal fire protection Lift replacements Any other relevant services or works

Open

External & Communal Pre Construction Services and Works to Houses Framework  CRN00039877

External & Communal Pre Construction Services and Works to Houses Framework Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs. This Framework is to be split into 3no Lots as follows: LOT 1, Pre-Construction Services and External works, to low rise properties LOT 2, Pre-Construction Services and External works, to high rise properties LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately: Lot1 GBP2-4Million of work turnover per year; Lot2 GBP1-2Million of work turnover per year; Lot3 GBP0.3-1Million of work turnover per year; The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere) Types of work that may be awarded to framework contractors, but is non-binding, is detailed below: LOT 1 Pre-Construction Services and External works, to low rise properties Repairs and/or installation of: external masonry, concrete and joinery flat and pitched roof coverings, external and cavity wall insulation, and related works Door/window/screen replacements Photo voltaic panels and/or air source heat pumps Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Utility company coordination so as to reposition and/or replace gas pipework, meters etc Any other relevant services or works LOT 2 Pre-Construction Services and External works, to high rise properties Repairs and/or installation of: external masonry, concrete and joinery flat roof coverings external and cavity wall insulation, and related works Door/window/screens Repairs and/or renewing lightning protection and roof ventilation fans Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Any other relevant services or works LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties Repairs and/or installation of: Communal door/window/screens Foyer/communal hall/stair upgrading Firestopping, smoke control ventilation Below and above ground drainage lightning protection and mechanical ventilation door entry systems and communal lighting electrical switchgear, distribution and containment fire/smoke detection fire alarms fire suppression systems Communal potable water tank replacements Communal space heating replacements Communal hot & cold water services replacements Automatic Controls for communal mechanical and electrical services Fire Panel Controls for communal fire protection Lift replacements Any other relevant services or works

Open

Transportation and Infrastructure Professional Services Framework

Birmingham City Council is seeking to appoint organisations for the provision of technical professional services via the Transportation and Infrastructure Professional Services Framework Agreement. The Framework Contract requires consultants who will bring their national , international experience and innovative solutions to deliver added value to our customers and the general public. The framework will be a multi-supplier multi-disciplinary framework and will cover all services required to design and deliver highways and infrastructure projects for the Council. The framework contracts being procured will be awarded with up to a maximum of 4 service providers. All Consultants appointed to the Framework Agreement will be required to have the required skill sets and range of staff available in sufficient numbers and expertise to cover the full range of skills needed to efficiently carry out all the different types of civil engineering and transport related work. 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. The Council does not intend to procure specialist sub-lots on this framework. It is intended to access specialist services via the 4 Suppliers and their supply chains. Under PA23 it states that Subcontracting to SMEs: A condition of participation could require a large supplier to subcontract a certain percentage of the contract to SMEs. This can be a way to promote SME involvement in public sector contracts. The Council intend to incorporate a minimum requirement of 20% of all services to be subcontracted to SMEs as a condition of participation via awarded suppliers. NEC4 terms and conditions will be used for this framework. Suppliers will need to ensure they are on the Central Digital Platform. Of the £400m framework spend (excl VAT), £240m of this is for Birmingham City Council.

Katy Reed

Published 1 month ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Property Category Management Team

[email protected]

03707 791404

Timeline complete

Publish
Bid
Evaluate
Award
Complete