loading
  • GB-PL27 6TW Wadebridge
  • 31.08.2017
  • Ausschreibung
  • (ID 2-273136)

Subcontractor Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.08.2017, 15:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur / Verkehr
    Art der Leistung Bauleistung / Studien, Gutachten / Objektplanung Verkehrsanlagen / Objektplanung Ver-/ Entsorgung / Bauleitung, Objektüberwachung / Brandschutz
    Sprache Englisch
    Aufgabe
    CORSERV is seeking to appoint suitably qualified and experienced subcontractors to a framework agreement to supplement internal labour for core works and provide services for specialist works where currently no in-house skills or resources exist. The scope of the works is mainly within highways maintenance, construction and civil engineering but will also include landscaping and facilities maintenance. Between 3 and 5 subcontractors will be appointed to each individual lot (excepting lot 15 where up to 10 may be appointed); dependent on the number of successful bids. Tenders will be assessed on 70 % price and 30 % quality and will have to meet the full requirements of the specification and hold the trade certificates and operative qualifications relevant to the specific lot(s) they wish to bid for. The agreement will include an annual 2 % rebate which bidders will need to agree to if participating in this tender. The CORSERV group of companies will be able to access the agreement.
    Leistungsumfang
    Lot 31 includes (but is not limited to) the associated design, supply, installation and maintenance of water services to farms and commercial premises. The value of works within this lot is expected to be up to £50,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.
    Adresse des Bauherren UK-PL27 6TW Wadebridge
    TED Dokumenten-Nr. 291544-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Wadebridge: Construction work

      2017/S 142-291544

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      CORSERV Limited
      09598549
      103 Higher Trenant Road
      Wadebridge
      PL27 6TW
      United Kingdom
      Contact person: Mr Tim Hack
      Telephone: +44 1872327813
      E-mail: MjEzY2ViVmhlWGBYYWczVmJlYFRWX2dXIVZiIWhe
      NUTS code: UKK3

      Internet address(es):

      Main address: http://www.corservopentoyou.co.uk

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

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=309e7579-8e09-e711-80dd-005056b64545
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=309e7579-8e09-e711-80dd-005056b64545
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Subcontractor Framework Agreement.

       

      Reference number: DN234607
      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      CORSERV is seeking to appoint suitably qualified and experienced subcontractors to a framework agreement to supplement internal labour for core works and provide services for specialist works where currently no in-house skills or resources exist. The scope of the works is mainly within highways maintenance, construction and civil engineering but will also include landscaping and facilities maintenance. Between 3 and 5 subcontractors will be appointed to each individual lot (excepting lot 15 where up to 10 may be appointed); dependent on the number of successful bids. Tenders will be assessed on 70 % price and 30 % quality and will have to meet the full requirements of the specification and hold the trade certificates and operative qualifications relevant to the specific lot(s) they wish to bid for. The agreement will include an annual 2 % rebate which bidders will need to agree to if participating in this tender. The CORSERV group of companies will be able to access the agreement.

       

      II.1.5)Estimated total value
      Value excluding VAT: 21 180 000.00 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:

       

      Road Planing

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      45233000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 1 is for road planing, which includes (but is not limited to) associated road planing works. The value of works within this lot is expected to be up-to £1,500,000 per annum. It is intended that the majority of works packages will be called-off from the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values of approximately £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 6 000 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Drilling and Blasting (Quarry Operations)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45111210
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 2 is for drilling and blasting, which includes (but is not limited to) associated drilling and blasting works, primarily for Castle-an-Dinas quarry operations located near Penzance in Cornwall. The value of works within this lot is expected to be up-to £150,000 per annum. It is intended that the majority of works packages will be called-off from the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £10,000.

       

      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: 600 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Fire Alarms and Portables

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      31625000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 3 includes (but is not limited to) the associated design, supply, installation and servicing of fire alarm systems and equipment. The value of works within this lot is expected to be up-to £60,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £3,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 240 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Local Exhaust Ventilation

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      42500000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 4 includes (but is not limited to) the associated design, supply, installation and maintenance of LEV systems. The value of works within this lot is expected to be up-to £25,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 100 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Elevator Engineer

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      42417000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 5 includes (but is not limited to) the maintenance and repair of passenger and goods elevators. The value of works within this lot is expected to be up-to £20,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values generally not exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 80 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Water Risk Assessments

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      31161400
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 6 includes (but is not limited to) the provision of water risk assessments for commercial sites. The value of works within this lot is expected to be up-to £35,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values generally not exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 140 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Legionella (L8) Compliance

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      31161400
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 7 includes (but is not limited to) the provision of legionella (L8) services for commercial buildings. The value of works within this lot is expected to be up-to £40,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 160 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Building Management System Contractor

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      79993000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 8 includes (but is not limited to) the associated design, supply, installation and maintenance of Building Management Systems in commercial premises. The value of works within this lot is expected to be up-to £15,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 60 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Lightning Conductor / Steeplejack Contractor

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      31216200
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 9 includes (but is not limited to) the associated design, supply, installation and maintenance of lightning conductors. The value of works within this lot is expected to be up-to £15,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 60 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Crane Hire Contract Lifts

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      42414100
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 10 includes (but is not limited to) crane hire contract lifts. The value of works within this lot is expected to be up-to £20,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £3,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 80 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Vacuum Excavation

       

      Lot No: 11
      II.2.2)Additional CPV code(s)
      45112000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 11 includes (but is not limited to) associated vacuum excavation works. The value of works within this lot is expected to be up-to £10,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial..

       

      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: 40 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Site Setting Out

       

      Lot No: 12
      II.2.2)Additional CPV code(s)
      71500000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 12 is for site setting out, which includes (but is not limited to) associated site setting out works related to construction and civil engineering. The value of works within this lot is expected to be up-to £500,000 per annum. It is intended that the majority of works packages will be called-off from the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values from £300, to not generally exceeding £30,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 2 000 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Fencing; Timber, Palisade, Stock (supply and install)

       

      Lot No: 13
      II.2.2)Additional CPV code(s)
      45342000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 13 includes (but is not limited to) the supply and installation of fences, including gates and stiles. The value of works within this lot is expected to be up-to £150,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £10,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 600 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Scaffolding

       

      Lot No: 14
      II.2.2)Additional CPV code(s)
      44212310
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 14 includes (but is not limited to) the design, supply, erection, certification, take-down and removal of scaffold ranging from chimney scaffold to full multi lift premises and installations.The value of works within this lot is expected to be up-to £500,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 2 000 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Labour for Construction and Highways

       

      Lot No: 15
      II.2.2)Additional CPV code(s)
      45000000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 15 includes (but is not limited to) associated construction or highway maintenance labour. The value of works within this lot is expected to be up-to £850,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £10,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 3 400 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Grass Cutting and Landscaping

       

      Lot No: 16
      II.2.2)Additional CPV code(s)
      71421000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 16 includes (but is not limited to) grass and vegetation cutting, ground preparation and seeding. The value of works within this lot is expected to be up-to £60,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 240 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      CCTV, Security and Access Control

       

      Lot No: 17
      II.2.2)Additional CPV code(s)
      35125000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 17 includes (but is not limited to) the associated design, supply, installation and maintenance of CCTV, security and access control systems. The value of works within this lot is expected to be up-to £55,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 220 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Mechanical and Plumbing Contractors

       

      Lot No: 18
      II.2.2)Additional CPV code(s)
      45332000
      50712000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 18 includes (but is not limited to) associated to design, supply, installation and maintenance of domestic gas and oil installations including boilers and pipework. The value of works within this lot is expected to be up-to £100,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 400 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Electrical

       

      Lot No: 19
      II.2.2)Additional CPV code(s)
      50710000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 19 includes (but is not limited to) the associated design, supply, installation and maintenance of electrical installations in commercial buildings, including Fix wire testing. The value of works within this lot is expected to be up-to £100,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 400 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      General Builders

       

      Lot No: 20
      II.2.2)Additional CPV code(s)
      45210000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 20 includes (but is not limited to) associated minor building refurbishments, extensions, and general building maintenance. The value of works within this lot is expected to be up-to £400,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £50,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 1 600 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Painting and Decorating

       

      Lot No: 21
      II.2.2)Additional CPV code(s)
      45442100
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 21 includes (but is not limited to) associated external and internal premises painting and decorating. The value of works within this lot is expected to be up-to £25,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 100 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Electrical Portable Appliance Testing

       

      Lot No: 22
      II.2.2)Additional CPV code(s)
      31600000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 22 includes (but is not limited to) associated PAT testing in commercial premises. The value of works within this lot is expected to be up-to £25,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 100 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Pitch Roofing

       

      Lot No: 23
      II.2.2)Additional CPV code(s)
      45261210
      45261211
      45261212
      45261900
      45261910
      45261920
      45262000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 23 includes (but is not limited to) the associated design, installation and repair of commercial rooves, including slate and tile. The value of works within this lot is expected to be up-to £50,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 200 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Flat Roofing

       

      Lot No: 24
      II.2.2)Additional CPV code(s)
      45261210
      45261214
      45261910
      45261920
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 24 includes (but is not limited to) the associated design, installation and repair of commercial buildings flat rooves. The value of works within this lot is expected to be up-to £100,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 400 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Flooring

       

      Lot No: 25
      II.2.2)Additional CPV code(s)
      45432110
      45432111
      45432130
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 25 includes (but is not limited to) the associated design, supply and installation of floor coverings to commercial premises. The value of works within this lot is expected to be up-to £75,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 300 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Glazing, Windows and Doors

       

      Lot No: 26
      II.2.2)Additional CPV code(s)
      45441000
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 26 includes (but is not limited to) associated glazing, supply and installation of PVCU and aluminium windows and doors to commercial premises. The value of works within this lot is expected to be up-to £115,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 460 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Ventilation Cleaners

       

      Lot No: 27
      II.2.2)Additional CPV code(s)
      71315410
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 27 includes (but is not limited to) associated cleaning services to commercial canopy and ducting in kitchens to comply with TR19. The value of works within this lot is expected to be up-to £60,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 240 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Ventilation Equipment (supply and install)

       

      Lot No: 28
      II.2.2)Additional CPV code(s)
      45331210
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 28 includes (but is not limited to) the associated design, installation and maintenance of commercial kitchen ventilation systems, including gas interlocking. The value of works within this lot is expected to be up-to £75,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 300 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Refridgeration and Cooling Systems

       

      Lot No: 29
      II.2.2)Additional CPV code(s)
      45331230
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 29 includes (but is not limited to) associated design, supply, installation and maintenance of commercial refridgeration and cooling systems. The value of works within this lot is expected to be up-to £90,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £5,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 360 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Industrial Doors

       

      Lot No: 30
      II.2.2)Additional CPV code(s)
      44115310
      44221400
      45421131
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 30 includes (but is not limited to) the associated design, supply, installation and maintenance of commercial doors and shutter systems. The value of works within this lot is expected to be up-to £25,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 100 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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:

       

      Agricultural Water Services

       

      Lot No: 31
      II.2.2)Additional CPV code(s)
      39370000
      45332200
      II.2.3)Place of performance
      NUTS code: UKK
      II.2.4)Description of the procurement:

       

      Lot 31 includes (but is not limited to) the associated design, supply, installation and maintenance of water services to farms and commercial premises. The value of works within this lot is expected to be up to £50,000 per annum. It is intended that the majority of works packages will be called-off via the Schedule of Rates using the most economically advantageous subcontractor (first placed) with individual values not generally exceeding £2,000. A mini competition option may be undertaken between the appointed subcontractors to allow projects to be competitively tendered where beneficial.

       

      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: 200 000.00 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: yes
      Description of options:

       

      The intention is to let the framework agreement initially for 24 months. There will be 2, 12 month optional extensions. Therefore the full term may extend to 48 months.

       

      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
      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      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
      Envisaged maximum number of participants to the framework agreement: 150
      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: 31/08/2017
      Local time: 15:00
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 31/08/2017
      Local time: 15:00
      Place:

       

      Higher Trenant, Wadebridge, PL27 6TW.

       

      Information about authorised persons and opening procedure:

       

      Tenders will be opened electronically in the Pro Contract eTendering system.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Cornwall Council Legal Services
      NCH, Treyew Road
      Truro
      TR1 3AY
      United Kingdom

      Internet address:www.cornwall.gov.uk

      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
      VI.5)Date of dispatch of this notice:
      24/07/2017
    © 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 27.07.2017
Zuletzt aktualisiert 27.07.2017
Wettbewerbs-ID 2-273136 Status Kostenpflichtig
Seitenaufrufe 41