loading
  • GB-LD1 5LG Llandrindod Wells
  • 18.12.2017
  • Ausschreibung
  • (ID 2-284442)

Tender for a Lead Delivery and Coordination Partner for Powys CC's Home Grown Homes Project.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.12.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 3
    Gebäudetyp Gewerbe-, Industriebauten
    Art der Leistung allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    Powys County Council wishes to engage with a single partner to deliver and co-ordinate the Home Grown Homes Project.
    The Home Grown Homes Project is a longitudinal study into supply chain development in Wales' timber industry to:
    — Build supply-chain capacity along established processing chain to increase local/homegrown market share;
    — Work with ‘clients’ increasing local/homegrown product demands in high performance, low carbon, new build/retrofit social housing;
    — Increase higher value local/homegrown timber availability;
    — Support the use of local/homegrown timber in broader construction developments;
    — Liberate socio-economic value.
    The role of the delivery and co-ordination partner will be to run a supply chain development service testing via various pilot projects. It will also involve assessment of the effectiveness in delivery of the pilots, making recommendations over time in terms of increasing the effectiveness of supply chain intervention.
    Leistungsumfang
    Powys County Council wishes to engage with a single partner to deliver and co-ordinate the Home Grown Homes Project.
    The Home Grown Homes Project is a longitudinal study into supply chain development in Wales' timber industry to:
    — Build supply-chain capacity along established processing chain to increase local/homegrown market share;
    — Work with ‘clients’ increasing local/homegrown product demands in high performance, low carbon, new build/retrofit social housing;
    — Increase higher value local/homegrown timber availability;
    — Support the use of local/homegrown timber in broader construction developments;
    — Liberate socio-economic value.
    The role of the delivery and co-ordination partner will be to run a supply chain development service testing via various pilot projects. It will also involve assessment of the effectiveness in delivery of the pilots, making recommendations over time in terms of increasing the effectiveness of supply chain intervention.
    Adresse des Bauherren UK-LD1 5LG Llandrindod Wells
    TED Dokumenten-Nr. 463946-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Llandrindod Wells: Environmental engineering consultancy services

      2017/S 223-463946

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Powys County Council
      County Hall
      Llandrindod Wells
      LD1 5LG
      United Kingdom
      Contact person: Tom Simmons
      Telephone: +44 01597826000
      E-mail: MThbZ2VlXWpbYVlka11qbmFbXWs4aGdvcWsmX2duJm1j
      NUTS code: UKL24

      Internet address(es):

      Main address: www.powys.gov.uk

      Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

      I.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://etenderwales.bravosolution.co.uk/web/login.shtml
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etenderwales.bravosolution.co.uk/web/login.shtml
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Tender for a Lead Delivery and Coordination Partner for Powys CC's Home Grown Homes Project.

       

      II.1.2)Main CPV code
      71313000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Powys County Council wishes to engage with a single partner to deliver and co-ordinate the Home Grown Homes Project.

      The Home Grown Homes Project is a longitudinal study into supply chain development in Wales' timber industry to:

      — Build supply-chain capacity along established processing chain to increase local/homegrown market share;

      — Work with ‘clients’ increasing local/homegrown product demands in high performance, low carbon, new build/retrofit social housing;

      — Increase higher value local/homegrown timber availability;

      — Support the use of local/homegrown timber in broader construction developments;

      — Liberate socio-economic value.

      The role of the delivery and co-ordination partner will be to run a supply chain development service testing via various pilot projects. It will also involve assessment of the effectiveness in delivery of the pilots, making recommendations over time in terms of increasing the effectiveness of supply chain intervention.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 290 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71313000
      71310000
      72221000
      79411100
      II.2.3)Place of performance
      NUTS code: UKL24
      II.2.4)Description of the procurement:

       

      Powys County Council wishes to engage with a single partner to deliver and co-ordinate the Home Grown Homes Project.

      The Home Grown Homes Project is a longitudinal study into supply chain development in Wales' timber industry to:

      — Build supply-chain capacity along established processing chain to increase local/homegrown market share;

      — Work with ‘clients’ increasing local/homegrown product demands in high performance, low carbon, new build/retrofit social housing;

      — Increase higher value local/homegrown timber availability;

      — Support the use of local/homegrown timber in broader construction developments;

      — Liberate socio-economic value.

      The role of the delivery and co-ordination partner will be to run a supply chain development service testing via various pilot projects. It will also involve assessment of the effectiveness in delivery of the pilots, making recommendations over time in terms of increasing the effectiveness of supply chain intervention.

       

      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: 1 290 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 32
      This contract is subject to renewal: yes
      Description of renewals:

       

      24 months.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 3
      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: yes
      Identification of the project: 81186.
      II.2.14)Additional information

       

      Funded by Rural Development Programme 2014 — 2020.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As per the procurement documents.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive procedure with negotiation
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.5)Information about negotiation
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
      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 050-091913
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 18/12/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 12/01/2018
      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

      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:

       

      Instructions for Suppliers — Registration on etenderwales

      Powys County Council will be conducting this procurement exercise through the Value Wales e-Tendering portal. This can be found at www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.

      Internet address(es): http://etenderwales.bravosolution.co.uk

      Suppliers Instructions How to Express Interest in this Tender

      1. Register your company on the eTenderwales portal (this is only required once)

      — Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

      — Click the ‘Click here to register’ link

      — Accept the terms and conditions and click ‘continue’

      — Enter your correct business and user details

      — Note the username you chose and click ‘Save’ when complete

      — You will shortly receive an email with your unique password (please keep this secure)

      2. Express an Interest in the tender

      — Login to the portal with the username/password

      — Click the ‘Open Access ITTs’ link.

      — Click on the relevant ITT to access the content.

      — Click the ‘Express Interest’ button in the ‘Actions’ box on the left-hand side of the page.

      — This will move the ITT into your ‘My ITTs’ page. (This is a secure area reserved for your projects only)

      — Click on the ITT code, you can now access any attachments by clicking the ‘Settings and Buyer Attachments’ in the

      ‘Actions’ box

      3. Responding to the tender

      — You can now choose to ‘Reply’ or ‘Reject’ (please give a reason if rejecting)

      — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

      — Note the deadline for completion, then follow the onscreen instructions to complete the ITT

      — There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

      If you require any further assistance use the online help, or the BravoSolution help desk is available Mon — Fri (8am –

      6pm) on:

      — eMail: MjE5VVJZXS1PX05jXGBcWWJhVlxbG1BcG2JY

      — Phone: 0800 368 4850 / Fax: 020 7080 0480

      Tenders or Requests to Participate must be sent to:

      Official name: www.etenderwales.bravosolution.co.uk

      Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=43692

      (WA Ref:43692)

      Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=58612

      (WA Ref:58612)

      Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=70560

      Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

      As per the procurement documents.

      (WA Ref:70560)

      The buyer considers that this contract is suitable for consortia.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Powys County Council
      County Hall
      Llandrindod Wells
      LD1 5LG
      United Kingdom
      Telephone: +44 01597826000
      E-mail: MjEwWWVjY1toWV9XYmlbaGxfWVtpNmZlbW9pJF1lbCRrYQ==

      Internet address:www.powys.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:
      17/11/2017
    © 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 21.11.2017
Zuletzt aktualisiert 21.11.2017
Wettbewerbs-ID 2-284442 Status Kostenpflichtig
Seitenaufrufe 44