Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Reactive & Planned Improvement Works

  • First published: 14 August 2024
  • Last modified: 14 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048a55
Published by:
Lancashire County Council
Authority ID:
AA0033
Publication date:
14 August 2024
Deadline date:
16 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lancashire County Council have a continuing requirement for the provision of reactive and planned improvement works across the Authorities property portfolio.

• Reactive works covers the allocation of properties, managed by the Authority on behalf of clients, to provide urgent repair and building maintenance.

• Planned maintenance works following reactive repairs or routine maintenance not covered by reactive budgets.

• Planned improvement works cover projects that have already been commissioned and designed, and require a contractor to deliver to the Authorities detailed requirements

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

UK

Contact person: CAS CAS

Telephone: +44 17725534966

E-mail: casprocurement@lancashire.gov.uk

NUTS: UKD4

Internet address(es)

Main address: https://www.lancashire.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.lancashire.gov.uk/business/tenders-and-procurement/tenders/lps-cas-reactive-planned-improvement-works-lcc38668/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.lancashire.gov.uk/business/tenders-and-procurement/tenders/lps-cas-reactive-planned-improvement-works-lcc38668/


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.lancashire.gov.uk/business/tenders-and-procurement/tenders/lps-cas-reactive-planned-improvement-works-lcc38668/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Reactive & Planned Improvement Works

Reference number: LCC38668

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Lancashire County Council have a continuing requirement for the provision of reactive and planned improvement works across the Authorities property portfolio.

• Reactive works covers the allocation of properties, managed by the Authority on behalf of clients, to provide urgent repair and building maintenance.

• Planned maintenance works following reactive repairs or routine maintenance not covered by reactive budgets.

• Planned improvement works cover projects that have already been commissioned and designed, and require a contractor to deliver to the Authorities detailed requirements

II.1.5) Estimated total value

Value excluding VAT: 120 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Building contractors for planned improvement works up to £25k

II.2.2) Additional CPV code(s)

45213100

45214000

45215000

50800000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Contractors are be expected to provide emergency call out within 2 hours, 24 hours a day, 365 days a year for a group of properties. Typical reactive works include, but not limited to:

• External building fabric repairs and maintenance

• Internal building repairs,

• Works to make safe/secure premises

• Repairs to doors and windows

• Flooring repairs and replacement

• Kitchen and toilet area repairs,

• Minor alterations and redecorations,

• Boarding up and glazing,

• Fire damage and security.

• Roof repairs and measures to prevent water ingress

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Building contractors for planned improvement works from £25k to £250k

II.2.2) Additional CPV code(s)

45213100

45214000

45215000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Building improvement works will typically include, but are not limited to:

• Delivering the County Council's capital programme. Typically there are circa 300 projects per year

• Providing maintenance works of the Council's property assets

• Supporting over 350 schools in the maintenance and development of their estates

• Provision of small scale new build extensions, refurbishment works, alterations to existing schools and local authority buildings such as offices, care homes, libraries etc.

• Small-scale hard landscaping projects.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Building contractors for planned improvement works from £250k to £500k

II.2.2) Additional CPV code(s)

45213100

45214000

45215000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Planned building improvement works will typically include, but are not limited to:

• Delivering the county council's capital programme. Typically there are circa 150 projects per year

• Providing high value maintenance works to the Council's property assets

• Supporting over 350 schools in the maintenance and development of their estates

• Provision of medium to large scale new build, extensions, refurbishment works, alterations to existing schools and local authority buildings such as offices, care homes, libraries etc.

• Large scale lard landscaping may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Plumbing, small scale domestic mechanical building services, reactive works and planned improvement works up to £25k

II.2.2) Additional CPV code(s)

45259000

50500000

50710000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Contractors are be expected to provide emergency call out within 2 hours, 24 hours a day, 365 days a year for a group of properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Mechanical Building Services planned improvement works from £25k to £175k

II.2.2) Additional CPV code(s)

51100000

71334000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Mechanical improvement works will typically include, but are not limited to:

• Works to domestic, industrial and commercial mechanical services from £25k to £175k, generally planned improvement, repair and / or replacement works.

• Works generally include replacement, upgrades or repairs to boilers, heating pipework, radiators and hot and cold-water services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Mechanical Building Services planned improvement works from £175k

II.2.2) Additional CPV code(s)

51100000

71334000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Mechanical improvement works will typically include, but are not limited to:

• Works to domestic, industrial and commercial mechanical services above £175k, generally large scale planned improvement, repair and / or replacement works.

• Works generally include replacement, upgrades or major repairs to boilers, heating pipework, and hot and cold-water services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Small scale electrical building services reactive works and planned improvement works, up to £25k

II.2.2) Additional CPV code(s)

45259000

50710000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Contractors are be expected to provide emergency call out within 2 hours, 24 hours a day, 365 days a year for a group of properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Electrical Building Services planned improvement works from £25k to £175k

II.2.2) Additional CPV code(s)

51100000

71334000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Electrical improvement works will typically include, but are not limited to:

• Works to domestic, industrial and commercial electrical services from £25k to £175k, generally planned improvement, repair and / or replacement works.

• Works generally include replacement, upgrades or repairs to power distribution systems, small power systems, lighting and emergency lighting systems, fire alarm, security, CCTV, door access systems, lightning protection etc.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Electrical Building Services planned improvement works from £175k

II.2.2) Additional CPV code(s)

51100000

71334000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Electrical improvement works will typically include, but are not limited to:

• Works to domestic, industrial and commercial electrical services above £175k, generally large scale planned improvement, repair and / or replacement works.

• Works generally include replacement, upgrades or major repairs to power distribution systems, small power systems, lighting and emergency lighting systems, fire alarm, security, CCTV, door access systems, lightning protection etc.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Fencing & Gates

II.2.2) Additional CPV code(s)

34928200

45421148

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Fencing and gate works will typically include, but are not limited to:

• Works to install fences and gates to domestic, commercial and school sites to be delivered.

• Minor repairs and replacements of existing fences and gates with like for like equivalent

• Make safe fencing and gates prior to further repairs or replacement works

• The contractor(s) will have experience of repair and installation of all fencing types including but not exclusively mesh fencing, weld mesh fencing, chain link, rail and bow top palisade and stock fencing to County Buildings and school sites.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Flooring

II.2.2) Additional CPV code(s)

44112200

45262321

45430000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Flooring works will typically include, but are not limited to:

• Replacement floor coverings including carpets and vinyl

• Minor repairs to existing vinyl, carpet and tiled floor coverings

• Minor repairs to existing timber block floors

• Sanding and sealing of wooden floor coverings

• Provide specialist reports on sprung gymnasium floors and sports surfaces

• Provide damp proofing membranes and screeds including mastic asphalt

• Procedure for dealing with hazardous floor coverings and adhesives

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

Roofing & Guttering

II.2.2) Additional CPV code(s)

45261320

45261900

45261910

45261920

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Roofing and guttering works will typically include, but are not limited to:

• Provide appropriate access solutions to multi-storey high and low level roof areas

• Repairs to pitched roofs including slate and concrete tiled finishes

• Repairs to flat roof coverings including 3g mineral felt, liquid and grp/resin bonded finishes

• Provide specialist reports and solutions to remedy water ingress

• Provide damp proofing membranes and screeds including mastic asphalt

• Procedure for dealing with hazardous roof coverings and adhesives

• Repairs/replacement of fascia boarding and rain water goods

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

Painting and Decorators (interior and exterior)

II.2.2) Additional CPV code(s)

45432200

45432210

45432220

45442100

45442110

45442180

45451000

79931000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Painting and decorators works will typically include, but are not limited to:

• External decoration works (including planned refurbishment and small repair works caused by leaks, floods and fire)

• Internal decoration works (including planned refurbishment and small repair works caused by leaks, floods and fire)

• Provide appropriate access solutions to multi-storey high and low level areas for redecoration

• Procedure for identifying and dealing with hazardous decorative coverings/coatings and adhesives

• Re-decoration of fascia boarding and rain water goods

• Provide work estimates to assist LCC representatives

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

Windows and Doors

II.2.2) Additional CPV code(s)

45421100

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Window and door works will typically include, but are not limited to:

• Repairs to existing window systems

• Replacement window and doors

• Aluminum profile systems

• UPVC profile systems

• Structural Curtain walling

• Replacement glazing

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 15

II.2.1) Title

Pest Control

II.2.2) Additional CPV code(s)

90922000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Pest control management services will typically include, but are not limited to:

• Deal with insect infestations such as the following types

o Flies,

o Cockroaches,

o Millipedes,

o Stored product insects such as moths, Lice and mites.

o Silverfish,

o Ants,

o Fleas,

o Crickets,

o Bees,

o Hornets

o Bed bugs

• Deal with rodent and small mammal infestations including

o Rats,

o Mice,

o Grey squirrels,

o Rabbits,

o Foxes,

o Feral cats,

o Moles

• Deal with Birds including

o Feral pigeons,

o Sparrows and

o Sea Gulls

• Install measures to eradicate or controlling measures

LCC estimate the majority of the service under this lot will be required during the summer months (peak)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 16

II.2.1) Title

Drainage

II.2.2) Additional CPV code(s)

45232450

45332000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Drainage service and works will typically include, but are not limited to:

• CCTV inspections and drain surveys, with the ability to store via a cloud based system for future review

• Jetting and unblocking of drains on both reactive and planned basis

• Provide reports on above and below ground drainage systems

• Effluent and surface water pumping and disposal

• Undertake specialist lining repairs to existing drainage

• Excavate and undertake repairs to existing defective drains

• Excavate and small scale civil works

• Provide specialist advice on sewage treatment plants

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 17

II.2.1) Title

Demountable Accommodation Temporary and Permanent

II.2.2) Additional CPV code(s)

44211100

45214200

71320000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Design and delivery of planned temporary and permanent demountable classroom accommodation to typically include but not limited to:

• Layout design from specification.

• Associated groundworks.

• M&E design and installation to specification.

• Statutory approvals - planning and building regulation approvals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 18

II.2.1) Title

Building Contractors for Heritage Buildings Works

II.2.2) Additional CPV code(s)

45212350

50000000

92522000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

Planned building improvement works will typically include, but are not limited to:

• Undertaking works to the Council's portfolio of heritage buildings.

• Providing maintenance works to heritage buildings.

• Works to listed buildings and scheduled monuments.

• Provision of refitting heritage buildings.

• Works to buildings within the curtilage of listed buildings and scheduled monuments.

• Works to grounds within the curtilage of listed buildings, scheduled monuments and heritage buildings.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework period will be 2 years, after such time the Authority may extend the Framework by any number of defined periods, provided that the total duration does not exceed 4 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/09/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/09/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice - The High Court

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

13/08/2024

Coding

Commodity categories

ID Title Parent category
45212350 Buildings of particular historical or architectural interest Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45451000 Decoration work Other building completion work
45232450 Drainage construction works Ancillary works for pipelines and cables
71320000 Engineering design services Engineering services
34928200 Fences Road furniture
45430000 Floor and wall covering work Building completion work
44112200 Floor coverings Miscellaneous building structures
45262321 Floor-screed works Special trade construction works other than roof works
45261320 Guttering work Erection and related works of roof frames and coverings
45421100 Installation of doors and windows and related components Joinery work
45421148 Installation of gates Joinery work
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
79931000 Interior decorating services Specialty design services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
44211100 Modular and portable buildings Prefabricated buildings
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
90922000 Pest-control services Facility related sanitation services
45332000 Plumbing and drain-laying work Plumbing and sanitary works
92522000 Preservation services of historical sites and buildings Museum services and preservation services of historical sites and buildings
45442180 Repainting work Application work of protective coatings
45259000 Repair and maintenance of plant Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
50000000 Repair and maintenance services Other Services
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45261920 Roof maintenance work Erection and related works of roof frames and coverings
45261910 Roof repair Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45432200 Wall-covering and wall-papering work Floor-laying and covering, wall-covering and wall-papering work
45432210 Wall-covering work Floor-laying and covering, wall-covering and wall-papering work
45432220 Wall-papering work Floor-laying and covering, wall-covering and wall-papering work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
casprocurement@lancashire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.