loading
  • GB-HU17 9BA Beverley
  • 12.04.2018
  • Ausschreibung
  • (ID 2-294434)

YORconsult2 North and East Area Consultants Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.04.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum / Staatliche und kommunale Bauten / Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / Kostenmanagement / Ausschreibung, Vergabe / Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie / Energieplanung/ -beratung / Technische Ausrüstung / Studien, Gutachten / Sicherheits-/ Gesundheitsschutz / Lichtplanung / Objektplanung Ingenieurbauwerke / Tragwerksplanung / Bodenmechanik, Erd-/ Grundbau / Stadt-/ Gebietsplanung / Bauleitung, Objektüberwachung / Kontrolle, Monitoring / Objektplanung Ver-/ Entsorgung / Design
    Sprache Englisch
    Aufgabe
    YORconsult2 North and East Area consultants framework agreement is one of two YORconsult2 frameworks (the other being YORconsult2 South and West consultants framework agreement published at the same time) set up to serve all public sector bodies (and their statutory successors) and 3rd sector organisations in the Yorkshire and Humber region, North East of England and Lincolnshire, as detailed in the procurement documents. It is for construction related consultancy services and services ancillary to construction work. The full list of accessing bodies is detailed within VI.3. Principles of collaborative working and partnering will be key to the relationships under the framework.
    The framework agreement is divided into 10 lots (numbered 1 to 9 and 16- refer to YORconsult2 South and West Framework for details of lots 10 to 15 that also cover the north and east geographical area) relating to the type of services awarded under the framework (see II.2 information about lots).
    Leistungsumfang
    Main services include services for coastal management, coastal strategies, coastal protection works from inception to completion and coastal monitoring including collection and interpretation of data. Some ancillary services including building services, urban planning, environmental and market /economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.
    Adresse des Bauherren UK-HU17 9BA Beverley
    TED Dokumenten-Nr. 96152-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Beverley: Architectural, construction, engineering and inspection services

      2018/S 044-096152

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      East Riding of Yorkshire Council
      County Hall
      Beverley
      HU17 9BA
      United Kingdom
      E-mail: MTdyaGtcaGdsbmVtOV5abG1rYl1iZ2AnYGhvJ25k
      NUTS code: UK

      Internet address(es):

      Main address: www.eastriding.gov.uk

      Address of the buyer profile: https://www.yortender.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.yortender.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      YORconsult2 North and East Area Consultants Framework Agreement

       

      Reference number: CM124
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      YORconsult2 North and East Area consultants framework agreement is one of two YORconsult2 frameworks (the other being YORconsult2 South and West consultants framework agreement published at the same time) set up to serve all public sector bodies (and their statutory successors) and 3rd sector organisations in the Yorkshire and Humber region, North East of England and Lincolnshire, as detailed in the procurement documents. It is for construction related consultancy services and services ancillary to construction work. The full list of accessing bodies is detailed within VI.3. Principles of collaborative working and partnering will be key to the relationships under the framework.

      The framework agreement is divided into 10 lots (numbered 1 to 9 and 16- refer to YORconsult2 South and West Framework for details of lots 10 to 15 that also cover the north and east geographical area) relating to the type of services awarded under the framework (see II.2 information about lots).

       

      II.1.5)Estimated total value
      Value excluding VAT: 40 500 000.00 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:

       

      Civil Engineering Services

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71300000
      71400000
      71500000
      71600000
      71700000
      71800000
      71900000
      79300000
      90490000
      71000000
      71200000
      45112450
      63712700
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services include services for highway works, pedestrianisation, park and ride schemes, traffic safety works, highways environmental improvements, hard landscaping, bridge works, flood prevention works (including studies), sewerage and drainage works, signals and lighting services, supervision and other civil engineering works (but excluding the main services included in lot 2 and lot 16). Some ancillary services including building services, urban planning, environmental and market /economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.

       

      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: 25 000 000.00 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Transportation Services

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71311200
      71313400
      71322000
      71335000
      71356000
      71317200
      71400000
      63712700
      79300000
      71000000
      71319000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services include services for strategic and other studies, transportation modelling and intelligent transport systems; some scheme development work may be included. Some ancillary services including urban planning, environmental and market /economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Multi-Disciplinary Building services

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71000000
      71200000
      71300000
      71400000
      71500000
      71600000
      71700000
      71900000
      79930000
      79300000
      45112450
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services include a full range of multi disciplinary building services for building work (including new build, refurbishment and maintenance projects) for: architecture, quantity surveying, structural engineering, mechanical engineering, electrical engineering, landscape architecture, building surveying, project management, contract administration and site supervision. Some ancillary services including civil engineering services, urban planning, environmental and market /economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.

       

      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: 5 000 000.00 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 Consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Architectural Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71200000
      79930000
      71300000
      71400000
      71500000
      71600000
      71700000
      71900000
      79300000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services involve architectural services for building work including new build, refurbishment and maintenance projects, landscape architecture services are also included. Some ancillary services including other building disciplines, civil engineering services, ground investigations, archaeological services, clerk of work services, urban planning, environmental and market/ economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.

       

      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: 500 000.00 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 Consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Quantity Surveying Services

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71324000
      71322100
      71242000
      71244000
      71246000
      71321100
      71356000
      71500000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services involve quantity surveying services for building work including new build, refurbishment and maintenance projects (including any engineering work involved). Some ancillary Services including other building disciplines and clerk of work services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Structural Engineering Services

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71312000
      71325000
      71327000
      71328000
      71335000
      71336000
      71351500
      71356000
      71500000
      71600000
      71700000
      71900000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services involve structural engineering services for building work including new build, refurbishment, maintenance projects and building regulations checking. Some ancillary services including other building disciplines, clerk of work services and ground investigations may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 Consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Mechanical and Electrical Engineering Services

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71334000
      71333000
      71321000
      71314000
      71315410
      71335000
      71336000
      71356000
      71500000
      71600000
      71700000
      71900000
      71318100
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services involve: mechanical & electrical engineering services for building work including new build, refurbishment and maintenance projects. Some ancillary services including other building disciplines and clerk of work services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.

       

      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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Building Surveying Services

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71315000
      71300000
      71410000
      71500000
      71600000
      71700000
      71900000
      79300000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services involve building surveying services for building work including new build, refurbishment and maintenance projects. Some ancillary services including other building disciplines, civil engineering services, ground investigations, archaeological services, clerk of works, urban planning, environmental and market /economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Project Management, Contract Administration and Site Supervision Services

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71540000
      71520000
      71356000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      Yorkshire and the Humber UKE, North East England UKC, Lincolnshire UKF3, but mainly within North Yorkshire UKE2 and East Yorkshire UKE1. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Project management, contract administration and site supervision services /clerk of works services for building work including new build, refurbishment and maintenance projects. Some ancillary service including other building disciplines may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.

       

      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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      II.2)Description
      II.2.1)Title:

       

      Coastal Services

       

      Lot No: 16
      II.2.2)Additional CPV code(s)
      71300000
      71400000
      71500000
      71600000
      71700000
      71900000
      79300000
      71000000
      71200000
      45112450
      II.2.3)Place of performance
      NUTS code: UKE1
      NUTS code: UKE2
      NUTS code: UKC
      NUTS code: UKF3
      Main site or place of performance:

       

      East Yorkshire and Northern Lincolnshire UKE1, North Yorkshire UKE2, North East England UKC and Lincolnshire UKF3. Further details are in the Framework procurement documents.

       

      II.2.4)Description of the procurement:

       

      Main services include services for coastal management, coastal strategies, coastal protection works from inception to completion and coastal monitoring including collection and interpretation of data. Some ancillary services including building services, urban planning, environmental and market /economic research services may also be included. The coverage for both main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design /project preparation, site supervision and also providing advice and project management services associated with these services.

       

      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 framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of local authorities and other public sector organisations may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

       

      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: Some projects may receive financial contributions from EU funds.
      II.2.14)Additional information

       

      Subject to the technical and financial capability and capacity of applications received it is envisaged that 8 consultants will be appointed to the lot.

       

      Section III: Legal, economic, financial and technical information

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

       

      As set out in the procurement documents.

       

      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
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      To discharge its statutory duties the council must use staff that have the relevant professional qualifications, experience and competence.

       

      III.2.2)Contract performance conditions:

       

      As set out in 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
      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: 80
      In the case of framework agreements, provide justification for any duration exceeding 4 years: Refer to II.2.11
      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: 12/04/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 12/04/2018
      Local time: 14:00
      Place:

       

      County Hall, Beverley.

       

      Information about authorised persons and opening procedure:

       

      Authorised officers of the contracting authority.

       

      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:

       

      Public sector organisations that may access this framework subject to approval of the contracting authority include (but are not limited to):

      — local authorities in Yorkshire and Humber, the North East (England), Lincolnshire and Sheffield Local Enterprise Partnership region (i.e. a local authority as defined in Regulation 1 and 84(1) of the local government Act 2000, local authorities and their arms length management organisations, including all county, city, district and borough councils, and unitary authorities. A list is available at www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

      — central government department and agencies www.gov.uk/government/organisations

      — combined authorities (as defined in local democracy, economic development and construction Act 2009),

      — educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, University Technical Colleges, University Purchasing Consortium, further education establishments; higher education establishments and other educational establishments)

      www.studyyorkshire.com/universities

      www.neupc.ac.uk/our-members

      www.schoolswebdirectory.co.uk/

      www.compare-school-performance.service.gov.uk/schoolsfinder.direct.gov.uk/schoolsfinder

      www.rcuk.ac.uk/about/governance/

      — national park authorities www.nationalparks.gov.uk/

      — internal drainage boards www.ada.org.uk/idb_members_map.html

      — registered social landlords (Housing Associations). www.gov.uk/government/publications/current-registered-providers-of-social-housing

      — police forces www.police.uk/?view=force_sites

      — fire and rescue services www.fireservice.co.uk/information/ukfrs

      — NHS Bodies England.

      www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx

      www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

      www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

      www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

      www.hospiceuk.org/about-hospice-care/find-a-hospice

      — third sector and charities in the United Kingdom.

      www.charity-commission.gov.uk/

      www.oscr.org.uk/

      — citizens advice.

      www.citizensadvice.co.uk/

      — Projects commissioned by Local Enterprise Partnerships (LEP's),

      — Also permitted to access the framework are locally delivered Public Service providers e.g. General Practitioners' Surgeries.

      www.nhs.uk/service-search/go/locationsearch/4

      — The option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy,

      — Passenger Transport Executives: www.pteg.net/

      — Humber Bridge Board: www.humberbridge.co.uk/

      — Canal and River trusts: www.canalrivertrust.org.uk/about-us/our-regions/north-east-waterways,

      —Social enterprises within culture and leisure: www.sporta.org/member-directory,

      — trusts, charities, social enterprises, mutuals, and community interest companies: (i.e. organisations established by public bodies within the scope of this advertisement and /or where contracting public bodies are trustees or partners of the trusts, social enterprises, mutuals and community interest companies or similar organisation).

      Other additional public bodies operating in this region but not specifically referred to may also use this framework including successors to those organisations already identified and their subsidiaries.

      It is intended that the framework agreement will deliver a significant proportion of the consultancy services of these public sector bodies. However, these public sector bodies do not guarantee to award a minimum value or indeed any value of services under the proposed arrangement.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      East Riding of Yorkshire Council
      Beverley
      HU17 9BA
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      East Riding of Yorkshire Council will incorporate a standstill period at the point information on the award of the framework is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the framework is entered into. The public contracts Regulations 2015 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      01/03/2018
    © 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 05.03.2018
Zuletzt aktualisiert 05.03.2018
Wettbewerbs-ID 2-294434 Status Kostenpflichtig
Seitenaufrufe 47