loading
  • GB-NG1 5FS Nottingham
  • 17.07.2017
  • Ausschreibung
  • (ID 2-268852)

Arc - General Building Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.07.2017, 13:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Büro-, Verwaltungsbauten / Landschaft und Freiraum / Schulen / Städtebauliche Projekte / Wohnungsbau
    Art der Leistung Bauleistung / sonstige / Objektplanung Gebäude / Kontrolle, Monitoring / Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    Arc wishes to establish a framework agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only 1 bid will be accepted from either the group company or one of subsidiaries, but not both. The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the Framework.
    Leistungsumfang
    Projects between 40 000 GBP and 150 000 GBP.
    Estimated Value excluding VAT 2 500 000 GBP.
    Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 625 000 GBP.
    Adresse des Bauherren UK-NG1 5FS Nottingham
    TED Dokumenten-Nr. 233015-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Nottingham: Construction work

      2017/S 116-233015

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Arc Property Services Partnership Limited
      10074366
      4th Floor, City Gate East, Tollhouse Hill, Nottinghamshire
      Nottingham
      NG1 5FS
      United Kingdom
      Contact person: Nicholas Taylor
      Telephone: +44 1158523818
      E-mail: 
      MjE1X1pUXGUxZFRSYVZYY2BmYR9UYB9mXA==
      NUTS code: UKF14

      Internet address(es):

      Main address: http://www.arc-partnership.co.uk/

      Address of the buyer profile: http://www.arc-partnership.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://www.delta-esourcing.com/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.delta-esourcing.com/
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: arc partnership is a joint venture between Nottinghamshire County Council and Scape Group to provide built environments by delivering new buildings and maintaining and evolving public sector places.

      Section II: Object

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

       

      Arc - General Building Framework

       

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

       

      Arc wishes to establish a framework agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only 1 bid will be accepted from either the group company or one of subsidiaries, but not both. The specific works and services that may be procured under the Framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the Framework.

       

      II.1.5)Estimated total value
      Value excluding VAT: 7 500 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for one lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Contractors may only bid for 1 lower lot (1 or 3), or 1 upper lot (2 or 4).

      1 lower lot (1 or 3) or 1 upper lot (2 or 4).

      A company may bid for 1 out of the 4 available lots.

       

      II.2)Description
      II.2.1)Title:

       

      General Building Works Lower - North

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      45100000
      45110000
      45120000
      45200000
      45210000
      45211000
      45212000
      45213000
      45214000
      45215000
      45216000
      45220000
      45230000
      45240000
      45250000
      45260000
      45300000
      45310000
      45320000
      45330000
      45340000
      45350000
      45400000
      45410000
      45420000
      45430000
      45440000
      45450000
      71000000
      71200000
      71300000
      71400000
      71500000
      71600000
      71700000
      71800000
      71900000
      31121000
      09330000
      II.2.3)Place of performance
      NUTS code: UKF15
      II.2.4)Description of the procurement:

       

      Projects between 0 GBP and 50 000 GBP.

      Estimated Value excluding VAT 1 250 000 GBP.

      Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 312 500 GBP

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality Questionnaire / Weighting: 60
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Turnover requirement 500 000 GBP per annum.

       

      II.2)Description
      II.2.1)Title:

       

      General Building Works Upper - North

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45100000
      45110000
      45120000
      45200000
      45210000
      45211000
      45212000
      45213000
      45214000
      45215000
      45216000
      45220000
      45230000
      45240000
      45250000
      45260000
      45300000
      45310000
      45320000
      45330000
      45340000
      45350000
      45400000
      45410000
      45420000
      45430000
      45440000
      45450000
      71000000
      71200000
      71300000
      71400000
      71500000
      71600000
      71700000
      71800000
      71900000
      31121000
      09330000
      II.2.3)Place of performance
      NUTS code: UKF15
      II.2.4)Description of the procurement:

       

      Projects between 40 000 GBP and 150 000 GBP.

      Estimated Value excluding VAT 2 500 000 GBP.

      Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Therefore an estimated annual value of 625 000 GBP.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality Questionnaire / Weighting: 60
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Turnover requirement 1 000 000 GBP per annum

       

      II.2)Description
      II.2.1)Title:

       

      General Building Works Lower - South

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      45100000
      45110000
      45120000
      45200000
      45210000
      45211000
      45212000
      45213000
      45214000
      45215000
      45216000
      45220000
      45230000
      45240000
      45250000
      45260000
      45300000
      45310000
      45320000
      45330000
      45340000
      45350000
      45400000
      45410000
      45420000
      45430000
      45440000
      45450000
      71000000
      71200000
      71300000
      71400000
      71500000
      71600000
      71700000
      71800000
      71900000
      31121000
      09330000
      II.2.3)Place of performance
      NUTS code: UKF14
      NUTS code: UKF16
      II.2.4)Description of the procurement:

       

      Projects between 0 GBP and 50 000 GBP.

      Estimated Value excluding VAT 1 250 000 GBP.

      Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 312 500 GBP.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality Questionnare / Weighting: 60
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Turnover requirement 500 000 GBP per annum.

       

      II.2)Description
      II.2.1)Title:

       

      General Building Works Upper - South

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      45100000
      45110000
      45120000
      45200000
      45210000
      45211000
      45212000
      45213000
      45214000
      45215000
      45216000
      45220000
      45230000
      45240000
      45250000
      45260000
      45300000
      45310000
      45320000
      45330000
      45340000
      45350000
      45400000
      45410000
      45420000
      45430000
      45440000
      45450000
      71000000
      71200000
      71300000
      71400000
      71500000
      71600000
      71700000
      71800000
      71900000
      31121000
      09330000
      II.2.3)Place of performance
      NUTS code: UKF14
      NUTS code: UKF16
      II.2.4)Description of the procurement:

       

      Projects between 40 000 GBP and 150 000 GBP.

      Estimated Value excluding VAT 2 500 000 GBP.

      Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 625 000 GBP.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality Questionnaire / Weighting: 60
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Turnover requirement 500 000 GBP per annum.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Other particular conditions will be set out in the contract documents contained in the invitation to tender.

       

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

       

      Information and formalities necessary for evaluating if the requirements are met: Economic and financial capacity.

      Minimum level(s) of standards possibly required: 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.

      A statement of undertaking's, overall turnover for a maximum of the last 2 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 on these turnovers is available.

      Economic operators will be required to complete the PQQ including the financial and economic standing requirements as set out in the PQQ. See also Regulation 58 of the Public Contracts Regulations 2015.

      Minimum level(s) of standards possibly required: Economic operators will need the minimum annual turnover of:

      500 000 GBP for Lots 1, and 3;

      1 000 000 GBP for lots 2 and 4.

      Have submitted their accounts on time and have appropriate insurances in place. Further details are contained in the PQQ. Economic operators will be required to have the following stated minimum levels of insurance cover, each on an ‘each and every claim basis’:

      For all lots the following insurances are required:

      1. Employer's Liability — minimum 10 000 000 GBP;

      2. Public Liability — minimum 10 000 000 GBP;

      3. Professional Liability/Indemnity — minimum 5 000 000 GBP; (consequential loss — minimum 1 000 000 GBP).

      Where an economic operator does not have the required insurance in place then they may still apply providing that they would be willing to take out the appropriate levels of insurance if successful, (further details are contained in the PQQ).

       

      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)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
      Restricted 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: 4
      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
      Notice number in the OJ S: 2017/S 086-167193
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 17/07/2017
      Local time: 13:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 14/08/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The contracting authority are transforming the manner in which construction projects are procured and managed. The construction services may include design and other services as required for develop and construct works, design and build works, regeneration works or construction works. They will adopt the principles of partnering through the development of longer term relationships through the supply chain, integrated design and construction teams, shared risk/rewards and performance management. The partnering ethos will involve partners selected for their capability and commitment to these principles. It will include target cost setting, open book accounting, shared problem solving and a strong commitment to all aspects of continuous improvement. A key feature of this approach will be to develop a spirit of mutual trust and teamwork throughout the supply chain. To achieve continuity in the availability of a framework arrangement, Arc will review future service requirements and capacity regularly to determine when to carry out its next parallel tender exercise in the range stipulated. Note that the PQQ contains important background information and contextual information, together with exclusion clauses relating to the fact that the contracting authority may terminate or suspend this procurement at any time, without cost or liability to the contracting authority. The contract conditions will be set out in the invitation to tender documents. Interested companies will be required to complete a pre-qualification questionnaire (PQQ) and companies must demonstrate commitment to partnering including working with clients and their partners, shared problem solving and continuous improvement. Any queries relating to the technical aspect of the works should be made to the contact in I.1) through Delta. A breakdown of the evaluation criteria will be detailed in the tender documents. An indicative procurement timetable is included in the PQQ. The Common Procurement Vocabulary stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 45310000 is deemed to include 45313000; 45212000 is deemed to include 45212100 and 45212110. Delta eSourcing. 1. Arc is using the Delta eSourcing web-based service to manage this procurement. 2. Suppliers must read through these instructions and follow the process to respond to this opportunity. 3. The information and/or documents for this opportunity are available on: http://delta-esourcing.com/delta You must register on this site to respond for this procurement, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. 4. Suppliers must log in, go to Response Manager and add the following Access Code: 5699S2NYQU . Please ensure you follow any instruction provided to you there. 5. The deadline for submitting your response is stated within the Delta eSourcing suite, this Contract Notice and the PQQ document. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially when uploading documents. Arc will not be held accountable for any errors made by Suppliers in submitting their completed PQQ. 6. If you experience any technical difficulties with the Delta eSourcing suite please contact the Delta eSourcing helpdesk on +44 8452707050 or email: MjE4VlNaXlJTYVkuUlNaYk8bU2FdY2BRV1xVHFFdWw==

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of England and Wales
      London
      WC2A 2LL 
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      15/06/2017
    © 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 20.06.2017
Zuletzt aktualisiert 20.06.2017
Wettbewerbs-ID 2-268852 Status Kostenpflichtig
Seitenaufrufe 51