Skip to main content.

Freebridge Community Housing Limited: Fencing Installation, Remedial Works, Replacement and Repairs

  Freebridge Community Housing Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fencing Installation, Remedial Works, Replacement and Repairs
Notice type: Contract Notice
Authority: Freebridge Community Housing Limited
Nature of contract: Works
Procedure: Open
Short Description: The Contract will be let on an “all-inclusive” basis incorporating the National Housing Federation Schedule of Rates suite of documentation as set out in the draft Articles of Agreement completed in accordance with the Contract Details included with the Procurement Documents. The contract is none exclusive and there is no guaranteed of supply, the forecast spend is £100,000 per annum.
Published: 20/04/2020 15:36

View Full Notice

UK-King's Lynn: Fencing, railing and safety equipment installation work.
Section I: Contracting Authority
      I.1) Name and addresses
             Freebridge Community Housing Limited
             Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
             Tel. +44 1553666881, Email: procurement@freebridge.org.uk
             Contact: Mark Wagg, Senior Administrator Procurement, Insurance and Risk
             Main Address: https://www.freebridge.org.uk/, Address of the buyer profile: https://www.freebridge.org.uk/
             NUTS Code: UKH16
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Fencing%2C-railing-and-safety-equipment-installation-work./R67FK386UH
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Fencing%2C-railing-and-safety-equipment-installation-work./R67FK386UH to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Fencing Installation, Remedial Works, Replacement and Repairs       
      Reference Number: C.323
      II.1.2) Main CPV Code:
      45340000 - Fencing, railing and safety equipment installation work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The Contract will be let on an “all-inclusive” basis incorporating the National Housing Federation Schedule of Rates suite of documentation as set out in the draft Articles of Agreement completed in accordance with the Contract Details included with the Procurement Documents. The contract is none exclusive and there is no guaranteed of supply, the forecast spend is £100,000 per annum.       
      II.1.5) Estimated total value:
      Value excluding VAT: 100,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH16 North and West Norfolk
      
      II.2.4) Description of procurement: The Contract will be let on an “all-inclusive” basis incorporating the National Housing Federation Schedule of Rates suite of documentation as set out in the draft Articles of Agreement completed in accordance with the Contract Details included with the Procurement Documents. The contract is none exclusive and there is no guaranteed of supply, the forecast spend is £100,000 per annum.

Scope of Works:
The scope of the Works under this Contract comprises the following Workstreams:

Standard fencing specification:

Boundary lines will be marked with concrete posts, concrete gravel boards and close boarded fencing (either panels or rails and boards), where possible front and rear boundaries shall be fenced to: rear boundaries will be 1.8m high and front boundaries are 1.2m high.
Front and rear gardens (as applicable by access) will have gates manufactured and installed to match the fencing. Rear gates will have a padlock bolt, front gates will have a latch.

Non-Standard specification:

Freebridge may on occasion specify alternative fencing requirements where open plan aspects or large gardens are required to be enclosed. On these occasions Freebridge will require the works to be priced individually and agreed before any works commence. This will cover all fencing options within the SOR including but not limited to chain-link and picket fencing.

Applied to all specifications:

Front & rear hedges will be removed at the request of Freebridge on a per order basis and replaced with fences as detailed above.
Orders will be placed throughout the Contract Period for Works to individual Properties. Properties are likely to be occupied by Customers of the Client whilst the Works are undertaken. Works may take place to any or all of the Properties.

The Contract is to provide installation, repair and maintenance to all Properties owned or managed by the Client. This includes the Properties of any other organisation that the Client manages now or in the future and any additional Properties the Client subsequently acquires by development, stock transfer or purchase.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Refer to tender documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/05/2020 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 2
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/05/2020
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.All communications shall be in English. Tenders and all supporting documentation must be priced in GBP and all payments under the Contract will be in GBP. Any agreement or form of appointment resulting from the invitation to tender (ITT) will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any tender and reserves the right not to award any part or all parts of the contract. The contracting authority, or its agents, will not be liable for any costs incurred by those tendering for this Contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://freebridge.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Fencing%2C-railing-and-safety-equipment-installation-work./R67FK386UH

To respond to this opportunity, please click here:
https://freebridge.delta-esourcing.com/respond/R67FK386UH
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079477000
       Internet address: http://www.hmcourts-service.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Freebridge Community Housing Limited
          Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
          Tel. +44 1553666881
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Freebridge Community Housing Limited
       Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
       Tel. +44 1553666881
   VI.5) Date Of Dispatch Of This Notice: 20/04/2020

Annex A


View any Notice Addenda

View Award Notice

UK-King's Lynn: Fencing, railing and safety equipment installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Freebridge Community Housing Limited
       Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
       Tel. +44 1553666881, Email: procurement@freebridge.org.uk
       Contact: Mark Wagg, Senior Administrator Procurement, Insurance and Risk
       Main Address: https://www.freebridge.org.uk/, Address of the buyer profile: https://www.freebridge.org.uk/
       NUTS Code: UKH16

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Fencing Installation, Remedial Works, Replacement and Repairs            
      Reference number: C.323

      II.1.2) Main CPV code:
         45340000 - Fencing, railing and safety equipment installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: The Contract will be let on an “all-inclusive” basis incorporating the National Housing Federation Schedule of Rates suite of documentation as set out in the draft Articles of Agreement completed in accordance with the Contract Details included with the Procurement Documents. The contract is none exclusive and there is no guaranteed of supply, the forecast spend is £100,000 per annum.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 100,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKH16 - North and West Norfolk
   
      Main site or place of performance:
      North and West Norfolk
             

      II.2.4) Description of the procurement: The Contract will be let on an “all-inclusive” basis incorporating the National Housing Federation Schedule of Rates suite of documentation as set out in the draft Articles of Agreement completed in accordance with the Contract Details included with the Procurement Documents. The contract is none exclusive and there is no guaranteed of supply, the forecast spend is £100,000 per annum.

Scope of Works:
The scope of the Works under this Contract comprises the following Workstreams:

Standard fencing specification:

Boundary lines will be marked with concrete posts, concrete gravel boards and close boarded fencing (either panels or rails and boards), where possible front and rear boundaries shall be fenced to: rear boundaries will be 1.8m high and front boundaries are 1.2m high.
Front and rear gardens (as applicable by access) will have gates manufactured and installed to match the fencing. Rear gates will have a padlock bolt, front gates will have a latch.

Non-Standard specification:

Freebridge may on occasion specify alternative fencing requirements where open plan aspects or large gardens are required to be enclosed. On these occasions Freebridge will require the works to be priced individually and agreed before any works commence. This will cover all fencing options within the SOR including but not limited to chain-link and picket fencing.

Applied to all specifications:

Front & rear hedges will be removed at the request of Freebridge on a per order basis and replaced with fences as detailed above.
Orders will be placed throughout the Contract Period for Works to individual Properties. Properties are likely to be occupied by Customers of the Client whilst the Works are undertaken. Works may take place to any or all of the Properties.

The Contract is to provide installation, repair and maintenance to all Properties owned or managed by the Client. This includes the Properties of any other organisation that the Client manages now or in the future and any additional Properties the Client subsequently acquires by development, stock transfer or purchase.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 81-192426
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: C.330    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 13/07/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Norse Commercial Services Limited, 02888808
             280 Fifers Lane, Norwich, Norfolk, NR6 6EQ, United Kingdom
             Internet address: http://www.norsegroup.co.uk
             NUTS Code: UKH1
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000          
         Total value of the contract/lot: 100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: All communications shall be in English. Tenders and all supporting documentation must
be priced in GBP and all payments under the Contract will be in GBP. Any agreement or form of appointment resulting
from the invitation to tender (ITT) will be considered as a contract made in England according to English Law and
subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any
tender and reserves the right not to award any part or all parts of the contract. The contracting authority, or its
agents,will not be liable for any costs incurred by those tendering for this Contract.
To view this notice, please click here:
https://freebridge.delta-esourcing.com/delta/viewNotice.html?noticeId=508026808

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079477000
          Internet address: http://www.hmcourts-service.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Freebridge Community Housing Limited
          Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
          Tel. +44 1553666881

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Freebridge Community Housing Limited
          Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
          Tel. +44 1553666881

   VI.5) Date of dispatch of this notice: 14/07/2020