loading
  • GB-S60 1AE Rotherham
  • 12.12.2014
  • Ausschreibung
  • (ID 2-183008)

YORbuild2 South Area Contractors Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.12.2014, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Art der Leistung Objektplanung Gebäude / Tragwerksplanung
    Sprache Englisch
    Aufgabe
    A framework agreement for Construction works, including Contractors design when required. The works involved are principally building work and new housing but some civil engineering works may also be included. This framework replaces the original YORbuild South Area Contractors Framework and builds upon its legacy of partnership and collaborative working. It is envisaged that the main users of the framework will be Local Authorities, Emergency Services (Police, Fire and Health services), Educational establishments (Schools, Academies, Universities and Colleges) and Housing Organisations (Housing Associations and Social Landlords) as detailed within VI.3.
    The South Area Contractors Framework also covers the Sheffield City Region Local Enterprise Partnership area for all lots and for educational establishments only, for lot 4 (over £4m-£10m) the remaining areas within Nottinghamshire and Derbyshire.
    Leistungsumfang
    This framework agreement is one of four YORbuild2 Framework Agreements, set up primarily to serve the Yorkshire and Humber region (split geographically between North, East, South and West areas). The frameworks coverage also extends across a number of areas comprising of North East of England, Lincolnshire, and Nottinghamshire and Derbyshire as detailed within the Pre-Qualification Information Memorandum.
    The YORbuild2 frameworks have been established to provide all public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes) and third sector organisations in the area of coverage above with access to quality contractors under best practice partnering arrangements. Such access will be subject to approval by the Contracting Authority.
    These public sector bodies include central government departments and their agencies, Non-Departmental Government Bodies, NHS bodies, Local Authorities (including County Councils, Unitary Authorities, District (Borough) Councils, Town Councils and Parish Councils), Registered Social Landlords (including Registered providers and Housing Associations) and any other category of Social Landlord, Local Authority Regulated companies (including Arms Length Management Organisations), Police Authorities, Fire Authorities (including fire and rescue authorities), other emergency services, Educational Establishments (including Schools maintained by a Local Authority, Academies, City Technology Colleges, the Learning and Skills Council, University Technical Colleges, University Purchasing Consortium, Further Education Establishments and Universities) and Registered Charities. The Framework may be used by non Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects. (see also VI.3 Additional Information).
    It is intended that the Framework Agreement will deliver a significant proportion of the civic estate construction programmes of these public sector bodies. It also allows Local Authorities the option of delivering their Social Housing building programmes. However, these public sector bodies do not guarantee to award a minimum or indeed any value of work through this Framework Agreement.
    The Framework Agreement will initially be for a period of 4 years, but has an option to extend for a further 2 years (see II.2.2). For indicative purposes only the potential estimated workload through the Framework Agreement is 352 000 000 GBP and the works are divided into five lots broken down as shown below with the indicative estimated annual value for the potential workload:
    — Lot 1 GBP 0-GBP 250 000 (South Yorkshire and the Sheffield City Region Local Enterprise Parternship (LEP) area), estimated GBP 5 000 000 p.a.
    — Lot 2 over GBP 250 000 - GBP 1 000 000 (South Yorkshire and the Sheffield City Region LEP area), estimated GBP 8 000 000 p.a.
    — Lot 3 over GBP 1 000 000-GBP 4 000 000 (South Yorkshire and the Sheffield City Region LEP area), estimated GBP 25 000 000 p.a.
    — Lot 4 over GBP 4 000 000- GBP 10 000 000 (South Yorkshire, the Sheffield City Region LEP area and, for educational establishments only, the remaining areas within Nottinghamshire and Derbyshire, estimated GBP 30 000 000 p.a
    — Lot 6 New Housing 1 to 10 units (South Yorkshire and the Sheffield City Region LEP area), GBP 20 000 000 p.a,
    Estimated value excluding VAT:
    Range: between 1 and 352 000 000 GBP
    Adresse des Bauherren UK-S60 1AE Rotherham
    TED Dokumenten-Nr. 369511-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Bauauftrag
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Rotherham Metropolitan Borough Council
      Riverside House, Main Street
      S60 1AE
      Rotherham
      VEREINIGTES KÖNIGREICH

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: www.rotherham.gov.uk
      Adresse des Beschafferprofils: http://www.yortender.co.uk
      Elektronischer Zugang zu Informationen: http://www.yortender.co.uk
      Elektronische Einreichung von Angeboten und Teilnahmeanträgen: http://www.yortender.co.uk
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341

      Beschreibung
      Bauarbeiten.
      Baureifmachung.
      Komplett- oder Teilbauleistungen im Hochbau sowie Tiefbauarbeiten.
      Bauinstallationsarbeiten.
      Baufertigstellung.
      Vermietung von Hoch- und Tiefbaumaschinen und -geräten mit Bedienungspersonal.
      Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen.
      Bauarbeiten für Mehrfamilienhäuser und Einfamilienhäuser.
      Bauarbeiten für Wohnhäuser.
      Bau von Heimen.
      Bau kompletter Wohnhäuser.
      Bau von Mehrfamilienhäusern.
      Bau von Wohnungen.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung
      Schlusstermin für die Anforderung von Unterlagen oder die Einsichtnahme: 12.12.2014 - 12:00

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      12.12.2014 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.

       

       




      Contract notice

      Works
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      Rotherham Metropolitan Borough Council Riverside House, Main Street S60 1AERotherham UNITED KINGDOM

      Internet address(es):
      General address of the contracting authority: www.rotherham.gov.uk

      Address of the buyer profile: http://www.yortender.co.uk

      Electronic access to information: http://www.yortender.co.uk

      Electronic submission of tenders and requests to participate: http://www.yortender.co.ukFurther information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Regional or local authority

      I.3) Main activity
      General public services
      Public order and safety
      Environment
      Economic and financial affairs
      Health
      Housing and community amenities
      Social protection
      Recreation, culture and religion
      Education

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: yes

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      YORbuild2 South Area Contractors Framework Agreement.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Works
      Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
      Main site or location of works, place of delivery or of performance: Lots 1, 2, 3 & 6 — Yorkshire and Humber region (NUTS code UKE) and Sheffield City Region Local Enterprise Partnership area (NUTS code UKF12 and UKF13), but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.
      Lot 4 — Yorkshire and Humber region (NUTS code UKE) and Nottinghamshire and Derbyshire (NUTS code UKF1), but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.
      NUTS code UKE,UKF1,UKF12,UKF13

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement

      II.1.4) Information on framework agreement
      Framework agreement with several operators
      maximum number of participants to the framework agreement envisaged: 50
      Duration of the framework agreementDuration in years: 4
      Estimated total value of purchases for the entire duration of the framework agreementEstimated value excluding VAT:
      Range: between 1 and 352 000 000 GBP

      II.1.5) Short description of the contract or purchase(s)
      A framework agreement for Construction works, including Contractors design when required. The works involved are principally building work and new housing but some civil engineering works may also be included. This framework replaces the original YORbuild South Area Contractors Framework and builds upon its legacy of partnership and collaborative working. It is envisaged that the main users of the framework will be Local Authorities, Emergency Services (Police, Fire and Health services), Educational establishments (Schools, Academies, Universities and Colleges) and Housing Organisations (Housing Associations and Social Landlords) as detailed within VI.3.
      The South Area Contractors Framework also covers the Sheffield City Region Local Enterprise Partnership area for all lots and for educational establishments only, for lot 4 (over £4m-£10m) the remaining areas within Nottinghamshire and Derbyshire.

      II.1.6) Common procurement vocabulary (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: yes
      Tenders may be submitted for one or more lots

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      This framework agreement is one of four YORbuild2 Framework Agreements, set up primarily to serve the Yorkshire and Humber region (split geographically between North, East, South and West areas). The frameworks coverage also extends across a number of areas comprising of North East of England, Lincolnshire, and Nottinghamshire and Derbyshire as detailed within the Pre-Qualification Information Memorandum.
      The YORbuild2 frameworks have been established to provide all public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes) and third sector organisations in the area of coverage above with access to quality contractors under best practice partnering arrangements. Such access will be subject to approval by the Contracting Authority.
      These public sector bodies include central government departments and their agencies, Non-Departmental Government Bodies, NHS bodies, Local Authorities (including County Councils, Unitary Authorities, District (Borough) Councils, Town Councils and Parish Councils), Registered Social Landlords (including Registered providers and Housing Associations) and any other category of Social Landlord, Local Authority Regulated companies (including Arms Length Management Organisations), Police Authorities, Fire Authorities (including fire and rescue authorities), other emergency services, Educational Establishments (including Schools maintained by a Local Authority, Academies, City Technology Colleges, the Learning and Skills Council, University Technical Colleges, University Purchasing Consortium, Further Education Establishments and Universities) and Registered Charities. The Framework may be used by non Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects. (see also VI.3 Additional Information).
      It is intended that the Framework Agreement will deliver a significant proportion of the civic estate construction programmes of these public sector bodies. It also allows Local Authorities the option of delivering their Social Housing building programmes. However, these public sector bodies do not guarantee to award a minimum or indeed any value of work through this Framework Agreement.
      The Framework Agreement will initially be for a period of 4 years, but has an option to extend for a further 2 years (see II.2.2). For indicative purposes only the potential estimated workload through the Framework Agreement is 352 000 000 GBP and the works are divided into five lots broken down as shown below with the indicative estimated annual value for the potential workload:
      — Lot 1 GBP 0-GBP 250 000 (South Yorkshire and the Sheffield City Region Local Enterprise Parternship (LEP) area), estimated GBP 5 000 000 p.a.
      — Lot 2 over GBP 250 000 - GBP 1 000 000 (South Yorkshire and the Sheffield City Region LEP area), estimated GBP 8 000 000 p.a.
      — Lot 3 over GBP 1 000 000-GBP 4 000 000 (South Yorkshire and the Sheffield City Region LEP area), estimated GBP 25 000 000 p.a.
      — Lot 4 over GBP 4 000 000- GBP 10 000 000 (South Yorkshire, the Sheffield City Region LEP area and, for educational establishments only, the remaining areas within Nottinghamshire and Derbyshire, estimated GBP 30 000 000 p.a
      — Lot 6 New Housing 1 to 10 units (South Yorkshire and the Sheffield City Region LEP area), GBP 20 000 000 p.a,
      Estimated value excluding VAT:
      Range: between 1 and 352 000 000 GBP

      II.2.2) Information about options
      Options: yes
      Description of these options: The framework has an option to extend for a further period of 2 years to allow the appointed contractors adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM and New Models of Construction Procurement.
      In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of Local Authorities may only start using this framework when their existing arrangements expire.
      The Council will appoint three reserves to each lot of the agreement. This will not guarantee them any work to the detriment of those originally placed in that lot. Reserve(s) will only be invited to tender under the framework if there are insufficient numbers of Candidates in a lot with the necessary technical capability and capacity or satisfactory performance record to tender for a project for a competition to take place. There will be tight controls around the use of the Reserve(s) and it is intended that they will remain dormant unless one of the stated instances occurs. The Reserve(s) will compete on exactly the same terms as other YORbuild2 Candidates.

      II.2.3) Information about renewals
      This contract is subject to renewal: no

      II.3) Duration of the contract or time limit for completion
      Duration in months: 72 (from the award of the contract)

      Information about lots

      Lot No: 1

      Lot title: Lot 1 — GBP 0-GBP 250 000

      1) Short description
      Construction works, GBP 0-GBP 250 000, for the Yorkshire and Humber region and Sheffield City Region Local Enterprise Partnership area, but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.

      2) Common procurement vocabulary (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000

      3) Quantity or scope
      Refer to II.2.1.
      Estimated value excluding VAT:
      Range: between 1 and 20 000 000 GBP

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      Subject to the technical and financial capability and capacity of applications received it is envisaged that a minimum of 5 up to a maximum of 10 Contractors will be appointed to the lot, plus 3 reserves.

      Lot No: 2

      Lot title: Lot 2 — over GBP 250 000-GBP 1 000 000

      1) Short description
      Construction works, over GBP 250 000-GBP 1 000 000, for the Yorkshire and Humber region and Sheffield City Region Local Enterprise Partnership area, but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.

      2) Common procurement vocabulary (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000

      3) Quantity or scope
      Refer to II.2.1.
      Estimated value excluding VAT:
      Range: between 1 and 32 000 000 GBP

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      Subject to the technical and financial capability and capacity of applications received it is envisaged that a minimum of 5 up to a maximum of 10 Contractors will be appointed to the lot, plus 3 reserves.

      Lot No: 3

      Lot title: Lot 3 — over GBP 1 000 000-GBP 4 000 000

      1) Short description
      Construction works, over GBP 1 000 000-GBP 4 000 000, for the Yorkshire and Humber region and Sheffield City Region Local Enterprise Partnership area, but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.

      2) Common procurement vocabulary (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000

      3) Quantity or scope
      Refer to II.2.1.
      Estimated value excluding VAT:
      Range: between 1 and 100 000 000 GBP

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      Subject to the technical and financial capability and capacity of applications received it is envisaged that a minimum of 5 up to a maximum of 10 Contractors will be appointed to the lot, plus 3 reserves.

      Lot No: 4

      Lot title: Lot 4 — over GBP 4 000 000-GBP 10 000 000

      1) Short description
      Construction works, over GBP 4 000 000-GBP 10 000 000, for the Yorkshire and Humber region ,Sheffield City Region Local Enterprise Partnership and, for education establishments only, the remaining areas within Nottinghamshire and Derbyshire, but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.

      2) Common procurement vocabulary (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000

      3) Quantity or scope
      Refer to II.2.1.
      Estimated value excluding VAT:
      Range: between 1 and 120 000 000 GBP

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      Subject to the technical and financial capability and capacity of applications received it is envisaged that a minimum of 5 up to a maximum of 10 Contractors will be appointed to the lot, plus 3 reserves.

      Lot No: 5

      Lot title: Lot 6 — New Housing, 1 to 10 units

      1) Short description
      New Housing projects, up to and including 10 units for the Yorkshire and Humber region and Sheffield City Region Local Enterprise Partnership area, but mainly within South Yorkshire, Derbyshire Dales, Bassetlaw, North East Derbyshire, Chesterfield and Bolsover.

      2) Common procurement vocabulary (CPV)
      45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 71000000, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341

      3) Quantity or scope
      Refer to II.2.1.
      Estimated value excluding VAT:
      Range: between 1 and 80 000 000 GBP

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      Subject to the technical and financial capability and capacity of applications received it is envisaged that a minimum of 5 up to a maximum of 10 Contractors will be appointed to the lot, plus 3 reserves.

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      Warranties, bonds and/or parent company guarantees or similar may be required. Collateral Warranties for design/or construction may be required. Details are included in the YORbuild2 Supplementary PAS91:2013 Questionnaire and in the framework tender documentation.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Works will generally be funded through public funds and grants. Payment terms will be specified in the framework tender documentation and/or call-off contracts.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group bid, each company or firm in the bid will be jointly and severally responsible for due performance of the contract. Detailed requirements are set out in the Pre-Qualification Information Memorandum, PAS 91:2013 Construction Pre-Qualification Questionnaire and framework tender documentation.

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: As set out in the Pre-Qualification Information Memorandum and framework tender documentation.

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre-Qualification Information Memorandum, PAS 91:2013 Construction Pre-Qualification Questionnaire, YORbuild2 Supplementary PAS91:2013 Questionnaire and framework tender documentation

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre-Qualification Information Memorandum, PAS 91:2013 Construction Pre-Qualification Questionnaire, YORbuild2 Supplementary PAS91:2013 Questionnaire and framework tender documentation
      Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Information Memorandum, PAS 91:2013 Construction Pre-Qualification Questionnaire, YORbuild2 Supplementary PAS91:2013 Questionnaire and framework tender documentation

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      As set out in the Pre-Qualification Information Memorandum, PAS 91:2013 Construction Pre-Qualification Questionnaire, YORbuild2 Supplementary PAS91:2013 Questionnaire and framework tender documentation
      Minimum level(s) of standards possibly required:
      As set out in the Pre-Qualification Information Memorandum, PAS 91:2013 Construction Pre-Qualification Questionnaire, YORbuild2 Supplementary PAS91:2013 Questionnaire and framework tender documentation

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession

      III.3.2) Staff responsible for the execution of the service
      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Restricted

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 22: and maximum number 110
      Objective criteria for choosing the limited number of candidates: Details set out within the Pre-Qualification Information Memorandum.

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      CM109

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 12.12.2014 - 12:00
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      12.12.2014 - 12:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
      31.3.2015

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: yes
      Reference to project(s) and/or programme(s): Some projects may receive financial contributions from EU funds.

      VI.3) Additional information
      Application for inclusion must be made by the completion of the PAS91:2013 Construction Pre-Qualification Questionnaire and the YORbuild2 Supplementary PAS91:2013 Questionnaire that are available from the YORtender system at http://www.yortender.co.uk. Please follow the link and register interest using the project reference no. CM109. All queries/communications must be made via the YORtender discussions function within project reference no. CM109. Further information is available in the Pre-Qualification Information Memorandum (which is also accessed from the YORtender system) and PAS91:2013 Construction Pre-Qualification Questionnaire. Financial requirements apply as set out in the Pre-Qualification Information Memorandum and the PAS91:2013 Construction Pre-Qualification Questionnaire.
      It is anticipated that the framework agreement will be awarded in November 2015. However, the Council reserves the right to invite tenders at any time up to nine months from the actual date of return for the PAS91:2013 Construction Pre-Qualification Questionnaire.
      The framework is open to all public sector organisations within the specified geographic area which covers the Yorkshire and Humber region. The frameworks coverage also extends across a number of areas as defined in the Pre-qualification Information Memorandum, Section II.2.1 and by the NUTS codes in Section II.1.2 of this notice.
      The Framework may be used by non Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects.
      Public sector organisations include (but are not limited to):
      — Local Authorities in Yorkshire and Humber, Nottinghamshire and Derbyshire (i.e. a local authority as defined in Regulation 3(2) of the Public Contracts Regulations 2006 ("the Regulations"),
      Local Authorities include all County, City, District and Borough Councils, and Unitary Authorities. A list of all local authorities is available at:
      http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htmor http://openlylocal.com/councils/all— Central Government Department and Agencies https://www.gov.uk/government/organisations#agencies-and-public-bodies— Educational establishments
      (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, University Technical Colleges, University Purchasing Consortium, further education establishments; higher education establishments and other educational establishments).
      http://www.studyyorkshire.com/universitieshttp://www.schoolswebdirectory.co.uk/http://www.education.gov.uk/edubase/home.xhtmlhttp://schoolsfinder.direct.gov.uk/schoolsfinder— Research Councils: http://www.rcuk.ac.uk/about/aboutrcuk/aims/eg/members/— National Park Authorities http://www.nationalparks.gov.uk/— Internal Drainage Boards http://www.ada.org.uk/idb_members_map.html— Registered Social Landlords (Housing Associations). Registered Providers of Social Housing (as defined in the Housing and Regeneration Act 2008), and as registered with the Home and Communities Agency (or its successor body). http://www.homesandcommunities.co.uk/— Police Forces http://www.police.uk/?view=force_sites— Fire and Rescue Services http://www.fireservice.co.uk/information/ukfrs— NHS Bodies England
      http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspxhttp://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx— Hospices in the UK : http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services/— Third Sector and Charities in the United Kingdom
      http://www.charity-commission.gov.uk/http://www.oscr.org.uk/— Citizens Advice
      http://www.citizensadvice.co.uk/— Projects commissioned by Local Enterprise Partnerships (LEP's)
      — Also permitted to access the framework are locally delivered Public Service providers e.g. General Practitioners' Surgeries
      www.nhs.uk/service-search/go/locationsearch/4— The option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy.
      — Passenger Transport Executives: http://www.pteg.net/— Humber Bridge Board: http://www.humberbridge.co.uk/— Trusts, Charities, Social Enterprises, Mutuals, and Community Interest Companies:
      (i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation).
      Other additional Public Bodies operating in this Region but not specifically referred to may also use this Framework. It further includes successors to those organisations already identified and their subsidiaries.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      Refer to VI.4.2

      VI.4.2) Lodging of appeals
      Precise information on deadline(s) for lodging appeals: Rotherham Metropolitan Borough Council will incorporate a standstill period at the point information on the award of the framework is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts (Amendment) Regulations 2009 (SI 2009 No 2992) provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      24.10.2014
       

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 30.10.2014
Zuletzt aktualisiert 02.01.2015
Wettbewerbs-ID 2-183008 Status Kostenpflichtig
Seitenaufrufe 73