loading
  • GB-S9 1JQ Sheffield
  • 26.04.2017
  • Ausschreibung
  • (ID 2-260080)

EN Procure Asbestos and Demolition Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.04.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Bauleitung, Objektüberwachung / Studien, Gutachten / Altlastensanierung
    Sprache Englisch
    Aufgabe
    Efficiency North (EN) is a social housing regeneration consortium based in the Yorkshire and Humberside region.
    EN wishes to procure and enter into a framework agreement with multiple contractors for the completion of a range of asbestos removal and demolition works, predominantly but not exclusively, to social housing properties. It may potentially include other public sector buildings, including but not limited to, schools that are linked to the contracting authorities entitled to call off under the framework agreement. The procurement will be structured to allow opportunities for contractors of all sizes to tender for works that will be completed predominantly across the geographical areas of Yorkshire and Humberside but this may extend to other areas of the UK.
    Leistungsumfang
    This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
    The scope of works will include the delivery of Asbestos and Demolition works predominantly to social housing properties.
    Adresse des Bauherren UK-S9 1JQ Sheffield
    TED Dokumenten-Nr. 111463-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Sheffield: Asbestos removal services

      2017/S 060-111463

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Efficiency North Ltd
      1st Floor, Sovereign Court, 300 Barrow Road, Meadowhall
      Sheffield
      S9 1JQ
      United Kingdom
      E-mail: MjE2ZFVeVFViYzBVVlZZU1lVXlNpXl9iZFgeX2JX
      NUTS code: UK

      Internet address(es):

      Main address: www.efficiencynorth.org

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://tendermanagement.launchcontrol-systems.com/register/index/fe94a4111c
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://tendermanagement.launchcontrol-systems.com/register/index/fe94a4111c
      I.4)Type of the contracting authority
      Other type: body governed by public law (Procurement Consortium)
      I.5)Main activity
      Housing and community amenities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      EN Procure Asbestos and Demolition Framework Agreement.

       

      II.1.2)Main CPV code
      90650000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Efficiency North (EN) is a social housing regeneration consortium based in the Yorkshire and Humberside region.

      EN wishes to procure and enter into a framework agreement with multiple contractors for the completion of a range of asbestos removal and demolition works, predominantly but not exclusively, to social housing properties. It may potentially include other public sector buildings, including but not limited to, schools that are linked to the contracting authorities entitled to call off under the framework agreement. The procurement will be structured to allow opportunities for contractors of all sizes to tender for works that will be completed predominantly across the geographical areas of Yorkshire and Humberside but this may extend to other areas of the UK.

       

      II.1.5)Estimated total value
      Value excluding VAT: 116 000 000.00 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:

       

      Asbestos Survey Works

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71315300
      71315200
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKE
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKE3
      NUTS code: UKE4
      II.2.4)Description of the procurement:

       

      This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.

      The scope of works includes Asbestos Survey works predominantly within social housing properties.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 10 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      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: yes
      Description of options:

       

      The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.

      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 objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.

      The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.

       

      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: yes
      Identification of the project: A number of contracts called off under the Framework.
      II.2.14)Additional information

       

      Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.

       

      II.2)Description
      II.2.1)Title:

       

      Asbestos Air Monitoring works

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71315300
      71315200
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKE
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKE3
      NUTS code: UKE4
      II.2.4)Description of the procurement:

       

      This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.

      The scope of works includes Asbestos Air Monitoring Works predominantly within social housing properties.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)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: 96
      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: yes
      Description of options:

       

      The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.

      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 objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire

      The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.

       

      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: yes
      Identification of the project: A number of contracts called off under the Framework.
      II.2.14)Additional information

       

      Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.

       

      II.2)Description
      II.2.1)Title:

       

      Licensed and Unlicensed Domestic and Civic Asbestos Removal

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71315200
      71600000
      90650000
      45262660
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKE
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKE3
      NUTS code: UKE4
      II.2.4)Description of the procurement:

       

      This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.

      The scope of works includes Domestic and Civil Removal Licensed and Unlicensed predominantly within social housing properties..

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 20 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      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: yes
      Description of options:

       

      The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.

      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 objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.

      The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.

       

      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: yes
      Identification of the project: A number of contracts called off under the Framework.
      II.2.14)Additional information

       

      Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.

       

      II.2)Description
      II.2.1)Title:

       

      Unlicensed Domestic and Civic Asbestos Removal

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71315200
      71600000
      90650000
      45262660
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKE
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKE3
      NUTS code: UKE4
      II.2.4)Description of the procurement:

       

      This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.

      The scope of works includes Domestic and Civil Removal Unlicensed predominantly within social housing properties.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 15 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      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: yes
      Description of options:

       

      The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.

      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 objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.

      The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.

       

      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: yes
      Identification of the project: A number of contracts called off under the Framework.
      II.2.14)Additional information

       

      Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.

       

      II.2)Description
      II.2.1)Title:

       

      Low Rise Demolition Works (4 Storeys and below, including any associated asbestos removal as required)

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71315200
      71600000
      90650000
      45262660
      71315300
      45110000
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKE
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKE3
      NUTS code: UKE4
      II.2.4)Description of the procurement:

       

      This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.

      The scope of works will include the delivery of Demolition works predominantly to social housing properties.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 40 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      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: yes
      Description of options:

       

      The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.

      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 objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.

      The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.

       

      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: yes
      Identification of the project: A number of contracts called off under the Framework.
      II.2.14)Additional information

       

      The number of contractors appointed to this lot will be a maximum of 18.

       

      II.2)Description
      II.2.1)Title:

       

      High Rise Demolition Works (5 Storeys and above, including any associated asbestos removal as required)

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71315200
      71600000
      90650000
      45262660
      71315300
      45110000
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKE
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKE3
      NUTS code: UKE4
      II.2.4)Description of the procurement:

       

      This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.

      The scope of works will include the delivery of Asbestos and Demolition works predominantly to social housing properties.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 30 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      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: yes
      Description of options:

       

      The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.

      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 objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.

      The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.

       

      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: yes
      Identification of the project: A number of contracts called off under the Framework.
      II.2.14)Additional information

       

      The number of contractors appointed to this lot will be a maximum of 18.

       

      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:

       

      As detailed in the ITT documents.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      As detailed in the ITT documents.

       

      Minimum level(s) of standards possibly required:

       

      As detailed in the ITT documents.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      As detailed in the ITT documents.

       

      Minimum level(s) of standards possibly required:

       

      As detailed in the ITT documents.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      As detailed in the ITT documents.

       

      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
      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: 26/04/2017
      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
      IV.2.7)Conditions for opening of tenders
      Date: 26/04/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      2025.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Individual contracting authorities entitled to access this framework agreement are listed at http://www.efficiencynorth.org/about-us/our-members/full-member-list/ These organisations as contracting authorities have the option to agree and award call off contracts to the contractors appointed to the framework agreement at any stage during the term of the framework agreement. EN reserves the right to cancel the procurement at any time and not to proceed with all or any part of the framework agreement. EN will not, under any circumstances, reimburse any expense incurred by bidders in preparing their tender submissions for the framework agreement.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Royal Courts of Justice,
      The Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitegall
      London
      SW1A 2AS
      United Kingdom
      VI.5)Date of dispatch of this notice:
      24/03/2017
    © 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 27.03.2017
Zuletzt aktualisiert 27.03.2017
Wettbewerbs-ID 2-260080 Status Kostenpflichtig
Seitenaufrufe 39