loading
  • GB-OL6 7AT Ashton-under-Lyne
  • 03.04.2017
  • Ausschreibung
  • (ID 2-257927)

JV North Consultant Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 03.04.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Freianlagen / Studien, Gutachten / Kostenmanagement / Ausschreibung, Vergabe / Bauleitung, Objektüberwachung / Umweltverträglichkeitsstudie / Energieplanung/ -beratung / Sicherheits-/ Gesundheitsschutz / Projektsteuerung
    Sprache Englisch
    Aufgabe
    JV North and the housing associations referred to in this notice are a preferred development partner of The Homes and Communities Agency for the period of 2016/2021, are under-way with a capital works housing construction programme; approximately circa 2 000 units are anticipated to be called off under this framework.
    The aim is to construct good quality homes for a variety of tenures, including community amenities and associated infrastructure provision and for a wide range of client groups and affordability levels. Employers agents (Lot 2), architectural services (Lot 3) and principal designers (Lot 4) are required to be sourced through this framework.
    Leistungsumfang
    The authority is looking to appoint up to 5 suppliers who can offer principal designer services in respect of the construction of quality homes for a variety of tenures within the North West and Midlands regions of the UK. Suppliers who are appointed to the framework and are then appointed to a call-off contract will be required to take control of the pre-construction stage of projects and take control of a range of tasks, including monitoring health and safety processes and ensuring close liaison between the various parties involved, for example working with other designers, coordinating work, and liaising with the principal contractor and circulating information relating to potential risks (including health and safety risks) during the construction phase.
    Adresse des Bauherren UK-OL6 7AT Ashton-under-Lyne
    TED Dokumenten-Nr. 80558-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Ashton-under-Lyne: Construction work

      2017/S 044-080558

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      JV North Ltd
      Cavendish 249, Cavendish Street
      Ashton-under-Lyne
      OL6 7AT
      United Kingdom
      Contact person: Sean Stafford
      Telephone: +44 1614776464
      E-mail: MTRPYV1qPG9dYmJhbl9ra2xhbipfa2k=
      NUTS code: UKD

      Internet address(es):

      Main address: www.jvnorth.co.uk

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/74E8TV325G
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.delta-esourcing.com/respond/74E8TV325G
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      JV North Consultant Framework.

       

      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      JV North and the housing associations referred to in this notice are a preferred development partner of The Homes and Communities Agency for the period of 2016/2021, are under-way with a capital works housing construction programme; approximately circa 2 000 units are anticipated to be called off under this framework.

      The aim is to construct good quality homes for a variety of tenures, including community amenities and associated infrastructure provision and for a wide range of client groups and affordability levels. Employers agents (Lot 2), architectural services (Lot 3) and principal designers (Lot 4) are required to be sourced through this framework.

       

      II.1.5)Estimated total value
      Value excluding VAT: 9 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Employers Agent Services

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71000000
      71241000
      71244000
      71246000
      71247000
      71248000
      71530000
      71520000
      71540000
      71541000
      71313400
      71321100
      II.2.3)Place of performance
      NUTS code: UKF
      NUTS code: UKD
      Main site or place of performance:

       

      East Midlands (England),north West (England).

       

      II.2.4)Description of the procurement:

       

      The authority is looking to appoint up to eight suppliers who can offer employer's agent services in respect of the construction of quality homes for a variety of tenures within the North West and Midlands regions of the UK. Suppliers who are appointed to the framework and are then appointed to a call-off contract will be required to organise and administer the contract on behalf of the JV North partners. Responsibilities will include managing any disputes or disagreements, identifying and managing project risk, minimising defects on a project, controlling costs and cash-flow across the project programme and offering skills, knowledge and advice in the delivery of the sale programme.

       

      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: 3 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Architects

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71000000
      71200000
      71210000
      71220000
      71221000
      71222000
      71240000
      71247000
      71314300
      71400000
      71520000
      II.2.3)Place of performance
      NUTS code: UKF
      NUTS code: UKD
      Main site or place of performance:

       

      East Midlands (England), North West (England).

       

      II.2.4)Description of the procurement:

       

      The authority is looking to appoint up to 8 suppliers who can offer architectural services in respect of the construction of quality homes for a variety of tenures within the North West and Midlands regions of the UK. Suppliers who are appointed to the framework and are then appointed to a call-off contract will be required to assist during the design development process of a new scheme, identifying and mitigating pre-contract design risks, working with the principal contractor to ensure the design vision is captured during the different project stages, minimising potential health and safety risks during the construction phase and post occupation, paying particular attention to place — making and also to post-construction phases.

       

      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: 5 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Principal Designer Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71000000
      71317200
      71317210
      71241000
      71247000
      71248000
      71530000
      71520000
      71540000
      71541000
      II.2.3)Place of performance
      NUTS code: UKF
      NUTS code: UKD
      Main site or place of performance:

       

      East Midlands (England), North West (England).

       

      II.2.4)Description of the procurement:

       

      The authority is looking to appoint up to 5 suppliers who can offer principal designer services in respect of the construction of quality homes for a variety of tenures within the North West and Midlands regions of the UK. Suppliers who are appointed to the framework and are then appointed to a call-off contract will be required to take control of the pre-construction stage of projects and take control of a range of tasks, including monitoring health and safety processes and ensuring close liaison between the various parties involved, for example working with other designers, coordinating work, and liaising with the principal contractor and circulating information relating to potential risks (including health and safety risks) during the construction phase.

       

      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: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

      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
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      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
      Framework agreement with several operators
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 03/04/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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
      Tender must be valid until: 03/07/2017
      IV.2.7)Conditions for opening of tenders
      Date: 03/04/2017
      Local time: 12:00
      Information about authorised persons and opening procedure:

       

      Submitted tenders will be released to the contracting authority and their authorized agent within 48 hours of the closing date for tenders as stated in IV.2.2).

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      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. JV North Limited is a registered limited company comprising 15 member housing associations thus.

      AKSA Housing Association Ltd;

      Community Gateway Association Ltd;

      Eastland Homes Partnership Ltd;

      Equity Housing Group Ltd;

      Gedling Homes;

      Golden Gates Housing Trust;

      Helena Partnerships Ltd;

      Liverpool Mutual Homes Ltd;

      New Charter Housing Trust Ltd;

      New Charter Homes Ltd;

      One Vision Housing Ltd;

      Parkway Green Housing Trust;

      Trafford Housing Trust Ltd;

      Weaver Vale Housing Trust Ltd;

      Willow Park Housing Trust Ltd.

      It should be noted that for the extent of this framework arrangement exercise JV North Limited will not be the party entering into the Contracts but it will be the individual client members of JV North Limited (i.e. the individual housing associations).

      Please note that suppliers may apply for more than one lot. If suppliers are applying for more than one lot, they must submit a separate Selection Questionnaire response and separate tender response for each lot applied for.

      Candidates should note that the Authority reserves the right to vary, amend and update any aspects of the framework agreements and final details will be confirmed to Candidates successful in being selected to participate in the framework.

      IV.2.2) - SQ and ITT responses must be returned together before the deadline as the procurement for the appointment of suppliers to the framework is being run under the open procedure (Public Contracts Regulations 2015 (as amended), Regulation 27). Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid such issues as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. Responses delivered after the date and time specified or to a different address, electronically or otherwise, will not be considered. Should you experience any problems with the portal then please contact the Delta Help-desk from 8:30 to 17:30 Monday to Friday excluding bank holidays on 0845 270 7050.

      Suppliers' submissions must be uploaded on the portal by no later than Monday 3.4.2017, at noon.

      The contracting authority reserves the right not to award the opportunity or to award only part or a different arrangement of the opportunity described in this contract notice.

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-Ashton-under-Lyne:-Construction-work./74E8TV325G

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/74E8TV325G

      GO Reference: GO-201731-PRO-9705931.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court (England, Wales and Northern Ireland)
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      The High Court (England, Wales and Northern Ireland)
      London
      United Kingdom
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      The High Court (England, Wales and Northern Ireland)
      London
      United Kingdom
      VI.5)Date of dispatch of this notice:
      01/03/2017
    © 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 03.03.2017
Zuletzt aktualisiert 03.03.2017
Wettbewerbs-ID 2-257927 Status Kostenpflichtig
Seitenaufrufe 64