loading
  • GB-ME4 4TR Chatham
  • 30.06.2017
  • Ausschreibung
  • (ID 2-261379)

Medway council — minor works framework agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.06.2017, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Schulen / Wohnungsbau
    Art der Leistung Bauleistung / Technische Ausrüstung / Design / Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    Medway Council (the Council) wishes to enter into a multiple contractor Minor works framework agreement which will be used to appoint Contractors for Specialist construction, repairs and refurbishment works to traditional and non-traditional construction residential and commercial properties including schools. The value of individual works contract to be let via the framework will range from 5 000 GBP up to 1 000 000 GBP in value.
    Once operational the framework will be open for a maximum duration of four (4) years during which time the Council, together with other Public Bodies in Kent and the surrounding areas will have the facility to utilise the agreement to let relevant call off contracts.
    The Council estimates that the framework value over the 4 years will range from 5 000 000 GBP to 50 000 000 GBP of relevant works contracts. The lesser value of works quoted is based upon the Council's estimated requirements whilst the higher value is based upon the estimated requirements of the Council plus those of the other contracting authorities who will be able to access the agreement once operational over the 4 years. The framework does not guarantee any work will be gained from the council or any other public body in Kent who can access this agreement.
    It is envisaged that a two tier Framework Agreement will be set-up. The first tier will be the Primary tier and will be made up of the highest scoring 6 (or greater if 7 and 8 achieve the same score as 6) suppliers. The second tier would be a reserve list of 4 — 6 suppliers. The primary tier suppliers will be asked to participate in mini-competitions for real projects once the Framework Agreement is live.
    The Second tier will be invited to take part in mini-competitions when the members of the Primary tier have reduced in number. Where this occurs the top ranking supplier from the second tier will be moved up to the first tier and so forth.
    A reduction in the Primary tier could occur due to the following factors:

    A tier 1 supplier opts out of the project in question or opts out of the framework in general either temporarily or permanently.

    A tier 1 supplier is removed from the Framework due to insolvency, contractual performance issues or failure to provide required business information e.g. H&S or insurance certification.

    Where the turnover from the last audited accounts is not of sufficient value in respect of the contract in question.

    A tier 1 supplier persistently does not participate in requests to compete in a mini competition (3 mini competitions) or consistently under performs in their submissions e.g. excessively high pricing and lacking detail in response to the requirement.
    The works and services covered by the framework shall be split into Lots with multiple providers on each Lot to allow for flexibility and competition.
    Leistungsumfang
    The Council wish to select a number of contractors who are able to provide various Low Value Construction works; these works will be procured across three value bands.
    The framework intent is to serve those public sector bodies and contracting authorities based within Kent and surrounding areas. This framework shall be available for use by public sector bodies and contracting organisations across the UK.

    Value Band 1 — > 1 GBP — 25 000 GBP < project value.

    Value Band 2 — > 25 000 GBP - 50 000 GBP < project value.

    Value Band 3 — > 50 000 GBP - 100 000 GBP < project value.

    Value Band 4 — > 100 000 GBP - 500 000 GBP < project value.

    Value Band 5 — > 500 000 GBP - 1 000 000 GBP < project value.
    Please note that for Lots 1, 5, 6, 7 & 8; there are only 3 value bandings available and these are:

    Value Band 1 — > 1 GBP — 150 000 GBP < project value.

    Value Band 2 — > 150 000 GBP — 500 000 GBP < project value.

    Value Band 3 — > 500 000 GBP — 1 000 000 GBP< project value.
    The level of annual turnover /financial size will be assessed prior to acceptance unto a value banding; annual turnover limit is minimum of (2x) times the lower limit on the value banding.
    The suppliers will be responsible for keeping their most recent accounts up to date on Constructionline.
    The framework will primarily be utilised for projects which cover refurbishment & alterations to residential, educational and commercial properties. Each project let via the framework will differ in scope. The general scope of works covered under the framework includes, but is not limited to, the following:

    Site Preparation (e.g. demolition, groundwork, asbestos assessment, removal, etc.).

    Building Repair, Refurbishment & Construction Work.

    Structural Works.

    Specialist Trade Works.

    Building Installation Work (e.g. electrical, mechanical, plumbing, insulation, etc.).

    Building Completion Work (e.g. plastering, carpentry, flooring, tiling, general decoration, etc.).

    Structural works.

    Composite doors and PVCu windows.

    Roofing works.

    Demolition and ground works.

    Fencing works.

    Aluminium doors and windows.

    Interior and exterior decorations.
    Some new build requirements may also be let via the framework, although it is not envisaged that the framework will be utilised for this type of construction.
    Call off contracts let via the framework arrangements may overrun the term of the framework agreement as long as the contract in question is awarded before the term of the framework expires.
    The Framework will be divided into 11 Lots;
    LOT
    Name
    LOT 1
    General Building Works
    LOT 2
    Roofing Works
    LOT 3
    Windows/Glazing
    LOT 4
    Doors and Auxiliary systems
    LOT 5
    Asbestos Removal
    LOT 6
    Asbestos Assessment
    LOT 7
    Mechanical Engineering Works
    LOT 8
    Electrical Engineering Works
    LOT 9
    Painting and Decorating
    LOT 10
    Fencing
    LOT 11
    Demolition.
    Adresse des Bauherren UK-ME4 4TR Chatham
    TED Dokumenten-Nr. 129147-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Chatham: Construction work

      2017/S 068-129147

      Contract notice

      Works

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      Medway Council
      Medway Council, Gun Wharf, Dock Road
      For the attention of: Mr Edward Baah — Owusu
      ME4 4TR Chatham
      United Kingdom
      Telephone: +44 7718250969
      E-mail: MTlcW25YaVslWVhYX2ZubGpsN2RcW25YcCVeZm0lbGI=

      Internet address(es):

      General address of the contracting authority: http://www.medway.gov.uk/

      Address of the buyer profile: http://www.medway.gov.uk/

      Electronic access to information: https://www.kentbusinessportal.org.uk

      Electronic submission of tenders and requests to participate: https://www.kentbusinessportal.org.uk

      Further information can be obtained from: Medway Council
      Medway Council, Gun Wharf, Dock Road
      Contact point(s): Mr Edward Baah — Owusu
      For the attention of: Mr Edward Baah — Owusu
      ME4 4TR Chatham
      United Kingdom
      Telephone: +44 7718250969
      E-mail: MTVgX3JcbV8pXVxcY2pycG5wO2hgX3JcdClianEpcGY=

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Medway Council
      Medway Council, Gun Wharf, Dock Road
      Contact point(s): Mr Edward Baah — Owusu
      For the attention of: Mr Edward Baah — Owusu
      ME4 4TR Chatham
      United Kingdom
      Telephone: +44 7718250969
      E-mail: MjE2VVRnUWJUHlJRUVhfZ2VjZTBdVVRnUWkeV19mHmVb

      Tenders or requests to participate must be sent to: Medway Council
      Medway Council, Gun Wharf, Dock Road
      Contact point(s): Mr Edward Baah — Owusu
      For the attention of: Mr Edward Baah — Owusu
      ME4 4TR Chatham
      United Kingdom
      Telephone: +44 7718250969
      E-mail: MTJjYnVfcGIsYF9fZm11c3FzPmtjYnVfdyxlbXQsc2k=

      I.2)Type of the contracting authority
      Regional or local authority
      I.3)Main activity
      General public services
      I.4)Contract award on behalf of other contracting authorities

      The contracting authority is purchasing on behalf of other contracting authorities: yes

      Medway Council
      Gun Wharf, Dock Road
      ME4 4TR Chatham
      United Kingdom

       

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      Medway council — minor works framework agreement.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Works
      Design and execution
      Execution
      Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
      NUTS code 
      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
      II.1.5)Short description of the contract or purchase(s)
      Medway Council (the Council) wishes to enter into a multiple contractor Minor works framework agreement which will be used to appoint Contractors for Specialist construction, repairs and refurbishment works to traditional and non-traditional construction residential and commercial properties including schools. The value of individual works contract to be let via the framework will range from 5 000 GBP up to 1 000 000 GBP in value.
      Once operational the framework will be open for a maximum duration of four (4) years during which time the Council, together with other Public Bodies in Kent and the surrounding areas will have the facility to utilise the agreement to let relevant call off contracts.
      The Council estimates that the framework value over the 4 years will range from 5 000 000 GBP to 50 000 000 GBP of relevant works contracts. The lesser value of works quoted is based upon the Council's estimated requirements whilst the higher value is based upon the estimated requirements of the Council plus those of the other contracting authorities who will be able to access the agreement once operational over the 4 years. The framework does not guarantee any work will be gained from the council or any other public body in Kent who can access this agreement.
      It is envisaged that a two tier Framework Agreement will be set-up. The first tier will be the Primary tier and will be made up of the highest scoring 6 (or greater if 7 and 8 achieve the same score as 6) suppliers. The second tier would be a reserve list of 4 — 6 suppliers. The primary tier suppliers will be asked to participate in mini-competitions for real projects once the Framework Agreement is live.
      The Second tier will be invited to take part in mini-competitions when the members of the Primary tier have reduced in number. Where this occurs the top ranking supplier from the second tier will be moved up to the first tier and so forth.
      A reduction in the Primary tier could occur due to the following factors:

      A tier 1 supplier opts out of the project in question or opts out of the framework in general either temporarily or permanently.

      A tier 1 supplier is removed from the Framework due to insolvency, contractual performance issues or failure to provide required business information e.g. H&S or insurance certification.

      Where the turnover from the last audited accounts is not of sufficient value in respect of the contract in question.

      A tier 1 supplier persistently does not participate in requests to compete in a mini competition (3 mini competitions) or consistently under performs in their submissions e.g. excessively high pricing and lacking detail in response to the requirement.
      The works and services covered by the framework shall be split into Lots with multiple providers on each Lot to allow for flexibility and competition.
      II.1.6)Common procurement vocabulary (CPV)

      45000000454000004526266090650000310000006500000071320000424161304530000051100000713330007133400034928220448000007993000045111000

      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:
      The Council wish to select a number of contractors who are able to provide various Low Value Construction works; these works will be procured across three value bands.
      The framework intent is to serve those public sector bodies and contracting authorities based within Kent and surrounding areas. This framework shall be available for use by public sector bodies and contracting organisations across the UK.

      Value Band 1 — > 1 GBP — 25 000 GBP < project value.

      Value Band 2 — > 25 000 GBP - 50 000 GBP < project value.

      Value Band 3 — > 50 000 GBP - 100 000 GBP < project value.

      Value Band 4 — > 100 000 GBP - 500 000 GBP < project value.

      Value Band 5 — > 500 000 GBP - 1 000 000 GBP < project value.
      Please note that for Lots 1, 5, 6, 7 & 8; there are only 3 value bandings available and these are:

      Value Band 1 — > 1 GBP — 150 000 GBP < project value.

      Value Band 2 — > 150 000 GBP — 500 000 GBP < project value.

      Value Band 3 — > 500 000 GBP — 1 000 000 GBP< project value.
      The level of annual turnover /financial size will be assessed prior to acceptance unto a value banding; annual turnover limit is minimum of (2x) times the lower limit on the value banding.
      The suppliers will be responsible for keeping their most recent accounts up to date on Constructionline.
      The framework will primarily be utilised for projects which cover refurbishment & alterations to residential, educational and commercial properties. Each project let via the framework will differ in scope. The general scope of works covered under the framework includes, but is not limited to, the following:

      Site Preparation (e.g. demolition, groundwork, asbestos assessment, removal, etc.).

      Building Repair, Refurbishment & Construction Work.

      Structural Works.

      Specialist Trade Works.

      Building Installation Work (e.g. electrical, mechanical, plumbing, insulation, etc.).

      Building Completion Work (e.g. plastering, carpentry, flooring, tiling, general decoration, etc.).

      Structural works.

      Composite doors and PVCu windows.

      Roofing works.

      Demolition and ground works.

      Fencing works.

      Aluminium doors and windows.

      Interior and exterior decorations.
      Some new build requirements may also be let via the framework, although it is not envisaged that the framework will be utilised for this type of construction.
      Call off contracts let via the framework arrangements may overrun the term of the framework agreement as long as the contract in question is awarded before the term of the framework expires.
      The Framework will be divided into 11 Lots;
      LOT
      Name
      LOT 1
      General Building Works
      LOT 2
      Roofing Works
      LOT 3
      Windows/Glazing
      LOT 4
      Doors and Auxiliary systems
      LOT 5
      Asbestos Removal
      LOT 6
      Asbestos Assessment
      LOT 7
      Mechanical Engineering Works
      LOT 8
      Electrical Engineering Works
      LOT 9
      Painting and Decorating
      LOT 10
      Fencing
      LOT 11
      Demolition.
      II.2.2)Information about options
      Options: no
      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: 48 (from the award of the contract)

      Information about lots

      Lot No: 1 Lot title: General Building Works
      1)Short description
      The scope of works to be covered within General Building Works Lot shall include but not be limited to the following works: Plumbing works, full internal and external repair works, refurbishment works to Heritage, Residential, Commercial and Educational properties. The works shall also include — Roofing works, Windows/Glazing, Doors and Auxiliary systems, Mechanical Engineering Works, Electrical Engineering Works, Painting and Decorating, Fencing and Demolition works and all construction related works that will be considered as General builders work.
      2)Common procurement vocabulary (CPV)

      45000000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 2 Lot title: Roofing Works
      1)Short description
      The scope of works to be covered within the Roofing Works Lot shall include but not be limited to the following roofing systems: — Flat Roofing — Pitched Roofing — Metal Roofing The scope shall also include the repair of the roof structure, e.g. replacement of rotten joists or rafters on a like for like basis. Insertion of insulation, the provision of batterns and counter batterns. The provision of sheeting or boarding on pitched roofs; The provision of decking on flat roofs — this includes structural steel decking and industrial/commercial, heritage and educational buildings. Flashing, guttering, re-pointing, eaves and verge work Provision of roof lights — provided they are only inserted between rafters/joists where existing structure is not altered. Tiling, Slating, Soffits, fascias and Gutters Built up felt roofing Metal Roofing — Lead, Copper and Zinc Liquid Applied Systems Hot Melt Systems Asphalt Single Ply Membrane Green/Brown Roof Systems.
      2)Common procurement vocabulary (CPV)

      44000000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 3 Lot title: Windows/Glazing
      1)Short description
      The scope of works to be covered within the Windows/Glazing Lot shall include but not be limited to the following: Fitting security bars to windows. Fitting locks in new place. Installing window frames Replace & repair stained glass windows/reglazing. Replace & repair windows and glazing. Tiling and all related works. UPVC, Metal, Wooden windows.
      2)Common procurement vocabulary (CPV)

      4544100044221000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 4 Lot title: Doors and Auxiliary systems
      1)Short description
      The scope of works to be covered within the Doors and Auxiliary systems Lot shall include but not be limited to the following: Must be able to supply and fit, as a minimum, the following Doors systems listed/Heritage buildings, residential properties, commercial properties and Educational properties: — Fire Doors — Internal Doors — External Doors.
      2)Common procurement vocabulary (CPV)

      442212004422122044221230442212404542000045421000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 5 Lot title: Asbestos Removal
      1)Short description
      The scope of works to be covered within the Asbestos Removal Lot shall include but not be limited to the following: Asbestos Removal: The full removal of asbestos thermal insulation; Thermal insulation debris /residue; Asbestos cement; Asbestos textured coating; Asbestos textiles; Asbestos composite materials; Clearing and fly tipping including asbestos materials; Asbestos floorings including levelling screed and asbestos bitumen in various areas as well as any asbestos containing materials, licensable or non-licensable.
      2)Common procurement vocabulary (CPV)

      45262660

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 6 Lot title: Asbestos Assessment
      1)Short description
      The scope of works to be covered within the Asbestos Assessment Lot shall include but not be limited to the following: Asbestos Assessment: Visual inspections to locate the presence and extent of suspect ACMs and assess their condition in un-surveyed spaces or buildings; Inspection, sampling and analysis of suspected ACM to confirm the presence of asbestos; Review of existing asbestos registers, previous survey reports and visual re-inspections of identified ACM and presumed ACMs found in earlier surveys to confirm their condition; Full sampling and analysis of previously presumed ACM in inaccessible areas where refurbishment or demolition work is intended.
      2)Common procurement vocabulary (CPV)

      90650000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 7 Lot title: Mechanical Engineering Works
      1)Short description
      The scope of works to be covered within the Mechanical Engineering Works Lot shall include but not be limited to the following: Installation, Fabrication and Co-Ordinated Services Drawings, Conduit (Galvanised), Cable Trunking (Steel), Conduit (Accessories), Flexible Conduit, Belt and Pulley Changes. Review design drawings and specifications for commissioning requirements (Commissionability). Review installation drawings and technical submissions for commissioning requirements. Review the installation for compliance with specifications and drawings intent for commissioning. Produce detailed commissioning method statements. Testing and pre-commissioning reports. Boiler Installations Soak tests. Preparation of testing and commissioning reports. Statutory demonstrations of life safety systems, to building end user and statutory authorities. Prepare and complete the relevant sections of the Building Logbook. Prepare final record documentation. Prepare and submit the commissioning completeness notice to Building Control. Training and awareness sessions with the building owner/user. Post completion activities (separate programme to be developed). All works MUST be completed in accordance with the latest version of all applicable BS/BSEN and CIBSE/HVCA standards or equivalent.
      2)Common procurement vocabulary (CPV)

      45300000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 8 Lot title: Electrical Engineering Works
      1)Short description
      The scope of works to be covered within the Electrical Engineering Works Lot shall include but not be limited to the following: The electrical installation shall be carried out in accordance with the IEE Wiring Regulations, BS 7671 Current Edition, incorporating all subsequent amendments and revisions. Electrical Remedial Works, Data Cabling, Electrical Equipment including Energy Management, Emergency and LED Lighting. Rewiring of Heritage, Commercial, Residential and Educational properties. All electrical wiring must be undertaken by an NICEIC approved electrician either directly or by Sub-Contract Whenever possible ensure products are manufactured and/or stocked under the following:- BSI Kitemark Scheme. BSI Safety Mark Scheme. CE.
      2)Common procurement vocabulary (CPV)

      45310000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 9 Lot title: Painting and Decorating
      1)Short description
      The scope of works to be covered within the Painting and Decorating Lot shall include but not be limited to the following: Anti-graffiti coating systems, balcony, walkway and staircase waterproofing/slip resistant coating systems, cladding coating systems (for use with architectural cladding), dry fall coating systems, fire protective coating systems (towards achieving class 1 & class 0 fire protection), high opacity paint systems (for use in upgrading appearances of concrete finishes), hygiene coating systems (actively inhibiting bacteria), ‘LumiTec’ technology coating systems, wallpaper and vinyl wall coverings. Application of paint or other substance for protective, decorative or technical purposes, including colour matching, apply texture coatings, apply wall paper etc. Internal and external painting and decoration of schools, residential, commercial, heritage buildings etc.
      2)Common procurement vocabulary (CPV)

      79930000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 10 Lot title: Fencing
      1)Short description
      The scope of works to be covered within the Fencing Lot shall include but not be limited to the following: The erecting, removal and repairing of existing fencing, new fencing and clearing of work site. Fencing materials may include; wooden, metal, plastic, concrete, tiles and any material specified by the contracting body. Set out and supply of all fencing materials, plant and labour for the construction, paling fences, as determined by the Contracting Authority, on various sites which will be specified during the contract period. All repaired fencing must be erected on the alignments of the fences being replaced unless otherwise directed by the contracting authority.
      2)Common procurement vocabulary (CPV)

      453400003492822034928310442310004430000045342000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots
      Lot No: 11 Lot title: Demolition
      1)Short description
      The scope of works to be covered within the Demolition Lot shall include but not be limited to the following: The demolition, removal and disposal of structures shall include but not be limited to the following: — Buildings & improvements, — Slabs — Foundations k. Porches — Attached decks — Chimneys — Debris — Utility disconnections — Attached canopies, — All personal property — Ramps — Steps — Basements (fill material shall be — Above-ground and below-ground supports, including slabs, footers and piers — All wiring, plumbing, conduit — Fixtures and equipment — Sprinklers The demolition, removal and disposal of mobile homes shall include, but not be limited to the following: — Mobile home, — Skirting — Tie-downs, — Porches — Piers, — Steps — Attached canopies — Personal property — Ramps — Utility/sprinkler disconnections — Debris — Foundations, excluding slabs but including any above-ground and below ground supports.
      2)Common procurement vocabulary (CPV)

      45111100

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      Duration in months: 48 (from the award of the contract)
      5)Additional information about lots

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      N/A.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      N/A.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      N/A.
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: no
      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: Information and formalities necessary for evaluating if requirements are met:
      Any supplier may be disqualified who:
      (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where
      he has entered into an arrangement with creditors, where he has suspended business activities or is
      in any analogous situation arising from a similar procedure under national laws and regulations;
      (b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding
      up the administration by the court or of an arrangement with creditors or of any other similar
      proceedings under national laws and regulations;
      (c) has been convicted by a judgment which has the force of res judicata in accordance with the
      legal provisions of the country of any offence concerning his professional conduct;
      (d) has been guilty of grave professional misconduct proven by any means which the contract
      authorities can demonstrate;
      (e) has not fulfilled obligations relating to the payment of social security contributions in
      accordance with the legal provisions of the country in which he is established or with those of the
      country of the contracting authority;
      (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal
      provisions of the country in which he is established or with those of the country of the contracting
      authority;
      (g) is guilty of serious misrepresentation in supplying the information required under this Section
      or has not supplied such information;
      (h) has been the subject of a conviction for participation in a criminal organization, as defined in
      Article 2(1) of Council Joint Action 98/733/JHA;
      (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of
      26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
      (j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention
      relating to the protection of the financial interests of the European Communities;
      (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council
      Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the
      purpose of money laundering.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Information and formalities necessary for evaluating if requirements are met: (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator; (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract; Minimum level(s) of standards possibly required.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Open
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
      IV.2)Award criteria
      IV.2.1)Award criteria

      The most economically advantageous tender in terms of the criteria stated below

      1. Quality. Weighting 70

      2. Cost. Weighting 30

       

      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:
      ADTC-R3FA32
      IV.3.2)Previous publication(s) concerning the same contract
      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: 30.6.2017 - 14:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      30.6.2017 - 14:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      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
      Persons authorised to be present at the opening of tenders: no

      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: no
      VI.3)Additional information

      Indicative list of Public Bodies in Kent The following is an indicative list which gives examples of the public sector organisations (contracting authorities) which currently exist (and their successors) in Kent and hence may place Underlying Contracts through these arrangements. This list is not exhaustive. Medway Council may also be used by additional Government Departments and Government Agencies and similar Public Body organisations operating in this Region but not specifically referred to. The Agreement may be also used by facilitating agencies or sub users acting with or on behalf of such organisations. Local Authorities — Tunbridge Wells Borough Council: Town Hall, Mount Pleasant Rd Tunbridge Wells, Kent, TN1 1RS 01892 526121 — Sevenoaks District Council: Council Offices, Argyle Rd Sevenoaks, Kent, TN13 1HG 01732 227000 — Dartford Borough Council: Civic Centre, Home Gdns Dartford, Kent, DA1 1DR 01322 343434 — Medway Council: Civic Centre Strood, Rochester, Kent, ME2 4AU 01634 306000 — Maidstone Borough Council: London Rd Maidstone, Kent, ME16 8HR 01622 602000 — Ashford Borough Council: Ashford Civic Centre, Tannery La Ashford, Kent, TN23 1PL 01233 331111 — Thanet District Council: Cecil Street Margate and Ramsgate, Kent, CT9 1 01843 577 000 — Gravesham Borough Council: Civic Centre, Windmill St Gravesend, Kent, DA12 1AU 01474 564422 — Tonbridge & Malling Borough Council: Gibson Building Kings Hill Kings Hill West Malling, ME19 4LZ 01732 844522 — Kent County Council: County Hall Maidstone, Kent, ME14 1XQ 01622 671411 — Dover District Council: Honeywood Parkway Whitfield, Dover, CT16 01304 821199 — Shepway District Council: Castlehill Avenue Folkestone, CT20 01303 850388 — Swale Borough Council: Swale House, East Street, Sittingbourne, Kent, ME10 3HT. Tel: (01795) 424341 — Canterbury council offices: Canterbury Main Office Military Road, Canterbury CT1 1YW 01227 862 000 Police Authorities — Kent Police Authority Fire and Rescue — Kent Fire and Rescue Service NHS organisations in Kent Primary care trusts — Kent & Medway NHS Trust Greenacres, Bow Arrow Lane, Dartford. 01322 622222 — Oxleas NHS Foundation Trust, Pinewood Pl, Dartford. 01322 625700 Acute trusts — East Kent Hospitals University NHS Foundation Trust: William Harvey, Queen Elizabeth, The Queen Mother, Kent & Canterbury, Buckland, Royal Victoria — Dartford and Gravesham NHS Trust runs services at Darent Valley Hospital, Queen Mary's Hospital, Erith & District Hospital and Elm Court (Priory Mews). — Edenbridge War Memorial Hospital: Edenbridge and District War Memorial Hospital, Mill Hill, Edenbridge. Kent: 01732 863164. — Faversham Cottage Hospital: Stone Street, Faversham, Kent. ME13 8PS 01795 562066. — Gravesham Community Hospital: Gravesham Community Hospital, Bath Street, Gravesend, Kent. DA11 0DGTel:01474 360500. — Hawkhurst Hospital: Hawkhurst Community Hospital, High Street, Hawkhurst, Cranbrook. Kent TN18 4PUTel:01580 753345. — Kent and Canterbury Hospital: Ethelbert Road, Canterbury, Kent. CT1 3NG. — Livingstone Hospital: Livingstone Community Hospital, East Hill, Dartford, Kent. DA1 1SATel:01322 622222. — Queen Victoria Memorial Hospital: King Edward Avenue, Herne Bay, Kent CT6 6EB 01227 594700. — Sevenoaks Hospital: Sevenoaks Hospital, Hospital Road, Sevenoaks, Kent TN13 3PGTel:01732 470200. — Sheppey Community Hospital Address: Plover Road Minster On Sea Sheerness Kent ME12 3LTTel:01795 879100. — Sittingbourne Memorial Hospital Address: Bell Road Sittingbourne Kent ME10 4DTTel:01795 418300. — Tonbridge Cottage Hospital Address: Tonbridge Cottage Hospital Vauxhall Lane Tonbridge Kent TN11 0NETel:01732 353653. — Victoria Hospital, Deal Address: Victoria Hospital London Road Deal Kent CT14 9UATel:01304 865400. — Walk-in Centre at Royal Victoria Hospital, Folkestone address: Royal Victoria Hospital Radnor Park Avenue Folkestone Kent CT19 5BNTel:01303 852727. — Whitstable and Tankerton Hospital Address: Whitstable and Tankerton Hospital Northwood Road Tankerton Whitstable Kent CT5 2HNTel:01227 594601. Clinics — Abbey Court Address: TN4 9TP.Allen House Address:80 Middle Street Deal Kent CT14 6HL. — Ash Eton Radnor Park West Folkestone Kent CT19 5HL. — Aylesham Health Centre Address: Queens Road Aylesham Canterbury Kent CT3 3BB. — Baker Road Clinic Address: Baker Road Folkestone Kent CT19 4NN. — Beechwood House Address: Gordon Road Whitfield Dover Kent CT16 3PN. — Birchington and Westgate Clinic Address: Canterbury Road Birchington KentCT7 9BP. — Blean Surgery Address: 11 Tyler Hill Road Blean Canterbury Kent CT2 9HP. — Bramblefield Clinic Address: Grovehurst Road Kemsley Sittingbourne Kent ME10 2ST. — Bridge Surgery Address: Patrixbourne Road Bridge Canterbury Kent CT4 5BL. — Broadstairs Health Centre Address: The Broadway Broadstairs Kent CT10 2AJ. — Building 819 Address: Discovery Park Ramsgate Road Sandwich Kent CT13 9ND. — Cairn Ryan Address: 101-103 London Road Kearnsey Dover Kent CT16 3AA. — Cambridge Terrace Address: 7-9 Cambridge Terrace Dover Kent CT16 1JT. — Canterbury Health Centre Address: 26 Old Dover Road Canterbury Kent CT1 3JB. — Charing Surgery Address: 1 Surgery Close Charing Ashford Kent TN27 0AW. — Chartham Surgery Address: Parish Road Chartham Canterbury Kent CT4 7JU. — Childrens Integrated Therapy Service Address: Chaucer House, Unit A3 & A4 Chaucer Business Park Dittons Road Polegate East Sussex BN26 6JF. — Chris Ellis Centre Address: Bell Road Sittingbourne Kent ME10 4DT. — College Road Clinic Address: College Road Margate Kent CT9 2RT. — Cossington Road Surgery Address: 51 Cossington Road Canterbury Kent CT1 3HX. — Crabble Clinic Address: Crabble Road Dover Kent CT17 0QD. — Deal Community Clinic Address: Bowling Green Lane Deal Kent CT14 9UB. — Dover Health Centre Address: Maison Dieu Road Dover Kent CT16 1RH. — Dundee House Address: 23-26 Albion Place Ramsgate Kent CT11 8HQ. — East Cross Clinic Address: Recreation Ground Road Tenterden Kent TN30 6RA. — Eversley House Address: 19 Horn Street Hythe Kent CT21 5SB. — Faversham Health Centre Address: Bank Street Faversham Kent ME13 8PR. — FDS House Address: John Wilson Business Park Harvey Drive Chestfield Whitstable Kent CT5 3QZ. — Folkestone Health Centre Address: 15-25 Dover Road Folkestone Kent CT20 1JY. — Heath House Address: Lanthorne Court Lanthorne Road Broadstairs Kent CT10 3PB. — Highpoint Unit 1 Address: Unit 1 Highfield Business Centre Henwood Ashford Kent TN24 8DH. — Highpoint Unit 3 Address: Unit 3 Highfield Business Centre Henwood Ashford Kent TN24 8DH. — Highpoint Unit 7 Address: Unit 7 Highfield Business Centre Henwood Ashford Kent TN24 8DH. — Hythe Clinic Address: 140-144 High Street Hythe Kent CT21 5JU. — Iwade Health Centre Address: 1 Monins Road Iwade Sittingbourne Kent ME9 8TY. — Kingfisher Centre Address: Lanthorne Court Lanthorne Road Broadstairs Kent CT10 3PB. — Loan Equipment Stores Folkestone Address: Unit d Highfield Industrial Estate Warren Road Folkestone Kent CT19 6DD. — Memorial Medical Centre Address: Bell Road Sittingbourne Kent ME10 4XX. — Mildmay Court Address: Bellevue Road Ramsgate Kent CT11 8JX. — Mill Lane Address: 1 Mill Lane Deal Kent CT14 0DU. — Mill Lane House Address: Third Floor Mill Lane House Mill Lane Margate Kent CT9 1LB. — Minster Surgery Address: 75 High Street Minster Ramsgate Kent CT12 4AB. — Montefiore Medical Centre Address: Dumpton Park Drive Ramsgate Kent CT11 8AD. — New Lyminge Surgery Address:Greenbanks Lyminge Folkestone Kent CT18 8NS. — New Romney Clinic Address: Station Road New Romney Kent TN28 8LQ. — Newington Road Clinic Address: Newington Road Ramsgate Kent CT11 0QU. — Newton Road Surgery Address: Newton Road Faversham Kent ME13 8FH. — Oaklands Health Centre Address: Stade Street Hythe Kent CT21 6BD. — Oaten Hill Address: 1-2 Oaten Hill Court Oaten Hill Canterbury Kent CT1 3HS. — Orchard Surgery Address: Bleak Road Lydd Romney Marsh Kent TN29 9AE. — Protea House Address: New Bridge Marine Parade Dover Kent CT16 1LW. — Queens House Address: Queen Street Ramsgate Kent CT11 9EW. — Ray Allen Childrens Centre Address: Stanhope Road Ashford Kent TN23 5RN. — Rohan Address: Mill Lane Eastry Sandwich Kent CT13 0JU. — Romney Marsh Day Centre Address: Rolfe Lane New Romney Kent TN28 8JL. — Sheerness Health Centre Address: High Street Sheerness Kent ME12 1UP. — Spring Lane Neighbourhood Centre Address: Sussex Avenue Canterbury Kent CT1 1RT. — St Augustine Address: 125 Canterbury Road Westgate-on-Sea Kent CT8 8NL. — St Stephens Health Centre Address: St. Stephens Walk Ashford Kent TN23 5BD. — Sturry Surgery Address: 53 Island Road Sturry Canterbury Kent CT2 0EF. — Suite 7, Wilson House Address: John Wilson Business Park Harvey Drive Chestfield Whitstable Kent CT5 3QY. — Summerhill Surgery Address: 243 Margate Road Ramsgate Kent CT12 6SU. — Sure Start Millmead Address: Dane Valley Road Margate Kent CT9 3RU. — Sure Start Seashells Address: Rose Street Sheerness Kent ME12 1AW. — The Cedars Surgery Address: 24 Marine Road Walmer Deal Kent CT14 7DN. — The Lead Centre Address: Dane Valley Road St. Peters Broadstairs Kent CT10 3JJ. — The Oast Address: Unit D, Hermitage Court Hermitage Lane Maidstone Kent ME16 9NT. — The Therapy Group Address: 1st Floor 80-82 Wincheap Canterbury Kent CT1 3RS. — Trinity House Address: 110-120 Upper Pemberton Eureka Business Park Kennington Ashford Kent TN25 4AZ. — Unit 187 — Kent Science Park Address: Kent Science Park 187 Carver Drive Sittingbourne Kent ME9 8EF. — Vicarage Lane Clinic Address: Vicarage Lane Ashford Kent TN23 1NJ. — Westbrook House Address: 150 Canterbury Road Margate Kent CT9 5DD. — Westcliffe House Address: West Cliff Gardens Folkestone Kent CT20 1FH. — Westgate Nurses Office Address: Town Hall Buildings Westgate-on-Sea Margate Kent CT8 8RG. — Whitfield Court Address: Unit 2 Honeywood Close White Cliffs Business Park Whitfield Dover Kent CT16 3NY. — Whitstable Health Centre address: Harbour Street Whitstable Kent CT5 1BZ. — Windchimes Address: Reynolds Close Herne Bay Kent CT6 6DS. — Woodlands Health Centre Address: Health Visiting & School Nursing Allington Road Paddock Wood Tonbridge Kent TN12 6AX. — Wye Surgery Address: 67 Oxenturn Road Wye Ashford Kent TN25 5AY. — Appleby Community Dental Clinic Address: Appleby Road, Canning Town, Post Code: E16 1LQ. — Ashford NHS Dental Access Centre Address: The Rainbow Centre, Wyvern School, Great Chart Bypass, Ashford, PostCode: TN23 4ERTel:01233 898936. — Bladder and Bowel Services Address: Aylesham Health CentrePostCode:CT3 3BB. — Canterbury Loan Equipment Store Address:St Martins Hospital, Littlebourne Road, CanterburyPostCode:CT1 1AZTel:01227 — .Church Hill Dental Practice Address: Church Hill, RamsgatePostCode:CT11 — Darent Valley Hospital Address: Darent Wood Road, Dartford, Kent PostCode: DA2 8DA. — Deal & Walmer Health Clinic Address: Bowling Green Lane, Deal, Kent, Post Code: CT14 9UF. — Farm Villa Address: Hermitage Lane, Maidstone, Kent PostCode: ME16 9QQ. — Folkestone Loan Equipment Store Address: Unit D, Highfield Industrial Estate, Warren Road, Folkestone PostCode: CT19 6DDTel:01303. — Foster Street Clinic Address: Foster Street, Maidstone, Kent PostCode:ME15 6NH. — Greenacres Address: Bow Arrow Lane, Dartford, Post Code: DA2 6PB. — Greenbanks Address: Westfield Road, Garlinge, Margate, Post Code: CT9 5PA. — Homeopathic Hospital, 41 Church Road Royal Address: Tunbridge Wells, Kent PostCode: TN1 1JU. — Maidstone Hospital Address: Hermitage Lane, Maidstone, Kent Postcode: ME14 9QQ. — Maidstone Loan Equipment Store Address:Unit FF, St Michael's Close, Aylesford, MaidstonePostCode:ME20 7BUTel:01622 — Medway Maritime Hospital Address: Windmill Road, Gillingham, PostCode: ME7 5NY. — New Street Dental Practice Address:New Street, SandwichPostCode:CT13 — Norman House Address: Beaver Business Park, Beaver Road, Ashford, PostCode: TN23 7SH. — Pembury Hospital Address: Tonbridge Road, Pembury, Tunbridge Wells, Kent Postcode: TN2 4QF. — Rochester Road Clinic Address: 107 Rochester Road, Gravesend, Kent Postcode: DA12 2HU. — Shrewsbury Community Dental Clinic Address: Shrewsbury Road, East Ham,Post Code:E7 8QN. — The Heathside Centre Address:Coxheath, Maidstone, Kent PostCode:ME17 4AH Mental health and care trusts Ambulance trust — South East Coast Ambulance Service NHS Foundation Trust Higher Education Institutions — University of Kent Further Education Colleges — Mid Kent College — North West Kent College — College New Dover Rd Canterbury 01227 811111 — Hadlow College www.hadlow.ac.uk Tonbridge Rd Hadlow 01732 850551 — Dorton College of Further Education.

      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      4.4.2017
    © 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 06.04.2017
Zuletzt aktualisiert 06.04.2017
Wettbewerbs-ID 2-261379 Status Kostenpflichtig
Seitenaufrufe 56