UK-Beverley: construction work 2008/S CONTRACT NOTICE. Works

Similar documents
UK-Leeds: construction work 2008/S CONTRACT NOTICE. Works

ECB - Occupational Safety and Health services (D-Frankfurt-on-Main) 2010/S Contract notice

United Kingdom-Normanton: Endoscopy, endosurgery devices 2016/S Contract notice. Supplies

Germany-Frankfurt-on-Main: ECB - Consultancy services for risk management PRO /S Contract notice. Services

Contract notice. Services

Section I: Contracting Authority

Business Opportunity. Title: United Kingdom-Telford: Repair, maintenance and associated services of vehicles and related equipment

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Business Opportunity

UK-Worcester: Repair and maintenance services 2013/S Contract notice. Works

D-Frankfurt-on-Main: ECB - T147b supply of furniture for the new ECB premises 2012/S Contract notice T147b, final 17.4.

SIMAP-ap3risk 09 Sep'05 18:41 - ID: CONTRACT NOTICE SECTION I: CONTRACTING AUTHORITY

European Union Publication of Supplement to the Official Journal of the European Union. Contract notice utilities (Directive 2004/17/EC)

Business Opportunity. Title: United Kingdom-Bristol: Subordinate Craft Situational Awareness (SCSA) equipment for Ministry of Defence Boats

Germany-Frankfurt am Main: ECB - Property Insurance Services (PRO ) 2018/S Contract award notice

Germany : ECB - Provision of financial consultancy services (PRO ) 2018/S Contract award notice

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Contract notice in 2014/S of 31/10/2014

Dogana e Kosovës CONTRACT NOTICE. According to Article 40 of Law No. 04/L-042 on Public Procurement of the Republic of Kosovo,

Specifications to invitation to tender COMP/2012/06

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement

CONTRACT NOTICE SERVICES Accelerated time According to Article 40 of Law No. 04/L-042 on Public Procurement in Kosovo

Contract Procedure Rules

Commercial (QS) Core Competencies (Feb 17)

Belgium-Brussels: IPA Support for the management of the EU funds 2016/S Service contract notice

OFFICE OF THE CHIEF MEDICAL OFFICER CHIEF MEDICAL OFFICER 1097 Budapest, Gyáli út Budapest, Pf.: 839

CIPS South Yorkshire branch Procurement Law Update

Postal address: Emshir I City: Pristine City: Pristine City: Pristine

Tender Specifications attached to the Invitation to tender

Authorised Officer is any officer permitted by an Appropriate Officer to authorise orders and contracts as per clause 2.5.

CORK CITY COUNCIL. Procurement Approval Policy & Procedure VERSION 1 EFFECTIVE FROM

Tussell Index of UK Public Procurement. May 2017

DUBLIN DOCKLANDS DEVELOPMENT AUTHORITY

1. Title of the contract

General Assembly. United Nations A/CN.9/WG.I/XIII/CRP.2

Assignment Name: Workshop on EU Budget Support for civil servants of Macedonia Section 1. Introductory Information

Questions & Answers Version 2 (10/11/2014)

COMMISSION EUROPEAN Directorate General Internal Market and Services

Having regard to the Treaty on the Functioning of the European Union, and in particular Article 291 thereof,

MODEL CONTRACT. Marie Curie individual fellowships

Explanatory Note on framework agreements

SPECIAL CONDITIONS OF TENDER

Joint Primary Care Committee 1:00 pm - 23 February 2017 Coach House, Worcester

European Commission Directorate General for Development and Cooperation - EuropeAid

Santia Special Conditions (Accreditation Only)

SECURITIES ACT 2001 SECURITIES (PROSPECTUS) REGULATIONS 2001 ARRANGEMENT OF REGULATIONS

Interreg IPA Cross-border Cooperation Programme Greece-Albania

PRE-QUALIFICATION QUESTIONNAIRE TRAINING PROVIDERS IN BANKING SERVICES / PRODUCTS INCLUDING BANCASSURANCE, DIASPORA AND ISLAMIC BANKING

EU statistics on public procurement annual return for calendar year 2009

Guidelines on participation in EU External Assistance Programmes

TENDER SPECIFICATIONS

DESCRIPTION OF PROJECTS The projects for which contractors services are required and for which capacities will be assessed are as follows:

CDKN Expenses Policy

Assignment Name: Workshop on EU Budget Support for civil servants from Montenegro, Trainer 1

Framework agreements. Framework agreement. Figure 1: Call-offs over the term of a framework contract. Package / batch /

PRE-BID CONFERENCE INVITATION TO BID (ITB) PROJECT NO.: 460C IAH AIRFIELD PAVEMENT REPAIRS SOLICITATION NO. HWC-IAHPV

NAFTA a.s., Votrubova 1, Bratislava. Tender Documents. Name of the Commercial Public Tender (hereinafter referred to as "Tender"):

The Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

UK Government Construction Pipeline

Directive 2011/7/EU. of the European Parliament and of the Council of 16 February 2011 on combating late payment in commercial transactions

PROCUREMENT BUSINESS CASE

Classification of Government Procurement Regulations and Administrative Procedures Challenges and Proposals

Report of Head of Estates Management. Status Public (with separate exempt report) Summary

GENERAL PURCHASING TERMS AND CONDITIONS Valid as of September 1 st, 2015 for any order or contract 4. DELIVERY

THIS TENDER IS FOR BA-PHALABORWA COMPANIES ONLY THAT 100% BLACK OWNED

1.2 Title: Project Preparation and Support Facility (PPF)

FRAMEWORK AGREEMENT BETWEEN THE SWISS FEDERAL COUNCIL AND THE GOVERNMENT OF THE CZECH REPUBLIC CONCERNING

PROCUREMENT OF GOODS & SERVICES POLICY

PFI Procurement. Centralisation and Modernisation of Acute Services on the Broomfield Hospital Site

2 nd INDEPENDENT EXTERNAL EVALUATION of the EUROPEAN UNION AGENCY FOR FUNDAMENTAL RIGHTS (FRA)

Scottish Conditions of Appointment of an Architect SCA/2014 (Apr 2015)

REPUBLIC OF KENYA TENDER DOCUMENTS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AIR CONDITION IN WORKS FOR MOMBASA LAW COURTS

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

REQUEST FOR QUALIFICATIONS FOR INSURANCE BROKER (AGENT) SERVICES. Group Health Insurance

EUROPEAN COMMISSION DIRECTORATE-GENERAL FOR HUMANITARIAN AID AND CIVIL PROTECTION - ECHO

Proposal No:

2.2 The overall aim of Zero Waste: Midlothian and Edinburgh is:

Voluntary Early Release Scheme. Guidance for Staff. November 2013

EUROPEAN UNION. Brussels, 13 January 2011 (OR. en) 2009/0054 (COD) PE-CONS 57/10 MI 395 COMPET 304 IND 128 ECO 87 FIN 498 CODEC 1104

NAFTA a.s., Votrubova 1, Bratislava. and. Tender Documents. Name of the Commercial Public Tender (hereinafter referred to as "Tender"):

"TITLE II TAKEOVER BIDS OR EXCHANGE TENDER OFFERS. Chapter I General rules. Article 35 (Definitions)

PROCUREMENT POLICY AND PROCEDURES 1. PURPOSE

Cycling South Africa. Invitation to Tender. For. Official Apparel and Team Kit Supplier

7. POSITIVE ACTIVITES FOR YOUNG PEOPLE: FUTURE DIRECTION

NEW EU DIRECTIVES CONCERNING PUBLIC PROCUREMENT TRANSPOSED INTO ROMANIAN LAW STARTING MAY JANUARY BUCHAREST

TENDER SPECIFICATIONS

MARIE CURIE INITIAL TRAINING NETWORK

DRAFT CONTRACT FOR PENWITH LANDSCAPE PARTNERSHIP FARMING FUTURES PROJECT 3.2 PROJECT DELIVERY

Official Journal of the European Union L 111/13

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

TENDER FOR THE NSLC S THE PORT AT SPRING GARDEN SUPPLY AND INSTALL RETAIL DISPLAY SHELVING

VAT in the European Community APPLICATION IN THE MEMBER STATES, FACTS FOR USE BY ADMINISTRATIONS/TRADERS INFORMATION NETWORKS ETC...

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Invitation to eahsn.org. Eastern Academic Health Science Network Finance Function Date of issue: 4 September 2017

EXECUTIVE AGENCY FOR HEALTH AND CONSUMERS SPECIFICATIONS ATTACHED TO THE INVITATION TO TENDER

REQUEST FOR QUALIFICATIONS STATEMENTS

Job Description and Requirements Programme Manager State-building and Governance Job no in the EU Delegation to the Republic of Yemen

Terms and conditions of sale

A New Construction Price Comparison Methodology for. The International Comparison Program: Concept Note

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual

Transcription:

1/8 This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:317750-2008:text:en:html UK-Beverley: construction work 2008/S 239-317750 CONTRACT NOTICE Works SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) East Riding of Yorkshire Council Infrastructure & Facilities, County Hall Contact: Construction Management Services Attn: Steve Baker HU17 9BA Beverley Tel. 014 82 39 56 66 E-mail: steve.baker@eastriding.gov.uk Fax 014 82 39 50 48 Internet address(es) General address of the contracting authority www.eastriding.gov.uk Further information can be obtained at: Jocelyn Watson County Hall Contact: Construction Management Services Attn: Jocelyn Watson HU17 9BA Beverley Tel. 014 82 39 56 62 E-mail: jocelyn.watson@eastriding.gov.uk Internet: http://scms.alito.co.uk/ Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Jocelyn Watson County Hall Contact: Construction Management Services Attn: Jocelyn Watson HU17 9BA Beverley Tel. 014 82 39 56 62 E-mail: jocelyn.watson@eastriding.gov.uk Internet: http://scms.alito.co.uk/ Tenders or requests to participate must be sent to: Jocelyn Watson S239 1/8

2/8 I.2) County Hall Contact: Construction Management Services Attn: Jocelyn Watson HU17 9BA Beverley Tel. 014 82 39 56 62 E-mail: jocelyn.watson@eastriding.gov.uk Internet: http://scms.alito.co.uk/ TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES Regional or local authority General public services Public order and safety Environment Economic and financial affairs Health Housing and community amenities Social protection Education Recreation, culture and religion The contracting authority is purchasing on behalf of other contracting authorities SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1) II.1.2) II.1.3) II.1.4) II.1.5) Title attributed to the contract by the contracting authority YORbuild East Area Contractors Framework. Type of contract and location of works, place of delivery or of performance Works Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities Main site or location of works Various locations within East Yorkshire, Kingston upon Hull, rth East Lincolnshire and rth Lincolnshire. NUTS code UKE The notice involves The establishment of a framework agreement Information on framework agreement Framework agreement with several operators maximum number of participants to the framework agreement envisaged 50 Duration of the framework agreement: Duration in year(s): 4 Justification for a framework agreement, the duration of which exceeds four years: Refer to II.2.2. Estimated total value of purchases for the entire duration of the framework agreement estimated cost excluding VAT 800 000 000 GBP Short description of the contract or purchase(s) A framework agreement for construction works adopting Rethinking Construction principles and including Contractor s design when required. Principles of collaborative working and partnering will be key to the relationship. The works involved are principally building works but some civil engineering works will also be S239 2/8

3/8 II.1.6) II.1.7) II.1.8) II.1.9) II.2) II.2.1) II.2.2) included. The framework allows Local Authorities to have the option of delivering the construction elements of their Building Schools for the Future programme and Primary School Capital programme through it. Common procurement vocabulary (CPV) Contract covered by the Government Procurement Agreement (GPA) Division into lots tenders should be submitted for one or more lots Variants will be accepted QUANTITY OR SCOPE OF THE CONTRACT Total quantity or scope This Framework Agreement is one of four YORbuild Framework Agreements in the Yorkshire & Humber Region (split geographically between rth, East, West and South areas) established to provide all public sector bodies and third sector organisations in the Region with access to quality contractors under best practice partnering arrangements. Such access will be subject to approval by the YORbuild Framework Management Team. These public sector bodies include Central Government Departments and their Agencies, NHS bodies, Local Authorities including Unitary Authorities, Police Authorities, Fire Authorities, other Emergency services and educational Establishments (see also VI.3 Additional Information). It is intended that the Framework Agreement will deliver a significant proportion of the civic estate construction programmes of these public sector bodies. It also allows Local Authorities the option of delivering their Building Schools for the Future and Primary School Capital programmes of works through it. However, these public sector bodies do not guarantee to award a minimum value or indeed any value of works through this framework agreement. For indicative purposes only the potential estimated workload through the framework agreement is 800 000 000 broken down as shown below. East Riding of Yorkshire Council: 90 000 000 Building Schools for the Future; 250 000 000 Primary School Capital programme; 180 000 000 other building related works. Hull City Council, rth East Lincolnshire Council and rth Lincolnshire Council: 210 000 000. Other public sector bodies and third sector organisations: 70 000 000 The Framework Agreement will be initially for a period of four years but has an option of a two year extension (refer to II.2.2). The works are divided into the six lots shown below with the indicative estimated value for the potential workload. Lot 1 0 to 100 000- estimated potential workload 9 000 000 per annum Lot 2 100 000 to 500 000- estimated potential workload 13 00 000 per annum Lot 3 500 000 to 1 000 000- estimated potential workload 17 000 000 per annum Lot 4 1 000 000 to 3 500 000- estimated potential workload 27 000 000 per annum Lot 5 3 500 000 to 10 000 000- estimated potential workload 33 000 000 per annum Lot 6 Over 10 000 000- estimated potential workload 34 000 000 per annum. Excluding VAT 800 000 000,00 GBP Options description of these options: A 2 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives. In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular S239 3/8

4/8 II.3) the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire and as their funding for the Building Schools for the Future funding and Primary School Capital Programme becomes available. The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement. This may, at the Council's discretion, result in contractors being placed in additional lots, should they be deemed to have qualified for those lots. This will not guarantee them any work to the detriment of the contractors originally placed in those lots. Further details are set out in the Framework Tender Documents. provisional timetable for recourse to these options: in months: 48 (from the award of the contract) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Duration in months: 48 (from the award of the contract) INFORMATION ABOUT LOTS LOT NO: 1 TITLE 0 to 100 000 Minor works 0 to 100 000. LOT NO: 2 TITLE 100 000 to 500 000 Minor works 100 000 to 500 000. LOT NO: 3 TITLE 500 000 to 1 000 000 Minor works 500 000 to 1 000 000. S239 4/8

5/8 LOT NO: 4 TITLE 1 000 000 to 3 500 000 Major works 1 000 000 to 3 500 000. LOT NO: 5 TITLE 3 500 000 to 10 000 000 Major works 3 500 000 to 10 000 000. LOT NO: 6 TITLE Over 10 000 000 Major works over 10 000 000. SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) III.1.2) III.1.3) Deposits and guarantees required Warranties, bonds and / or parent company guarantees or similar may be required. Collateral Warranties for design/ or construction may be required. Details will be included in the framework tender documents. Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them Works will generally be funded through public funds and grants. Payment terms will be specified in the framework tender documents. Any financing arrangements required for Building Schools for the Future will be detailed in the call off contracts. Legal form to be taken by the group of economic operators to whom the contract is to be awarded S239 5/8

6/8 III.1.4) III.2) III.2.1) III.2.2) III.2.3) III.2.4) III.3) III.3.1) III.3.2) In the event of a group bid, each company, or firm, in the bid will be jointly and severally responsible for due performance of the contract. Detailed requirements are as set out in the pre-qualification questionnaire and framework tender documents. Other particular conditions to which the performance of the contract is subject As set out in the pre-qualification questionnaire and framework tender documents. CONDITIONS FOR PARTICIPATION Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if requirements are met: As set out in the pre-qualification questionnaire and framework tender documents. Economic and financial capacity Information and formalities necessary for evaluating if requirements are met: As set out in the pre-qualification questionnaire and framework tender documents. Minimum level(s) of standards possibly required As set out in the pre-qualification questionnaire and framework tender documents. Technical capacity Information and formalities necessary for evaluating if requirements are met: As set out in the pre-qualification questionnaire and framework tender documents. Minimum level(s) of standards possibly required As set out in the pre-qualification questionnaire and framework tender documents. Reserved contracts CONDITIONS SPECIFIC TO SERVICES CONTRACTS Execution of the service is reserved to a particular profession Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) IV.1.2) IV.1.3) IV.2) IV.2.1) IV.2.2) Type of procedure Restricted Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 40 maximum number 150 Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification information memorandum, pre-qualification questionnaire and framework tender documents. Reduction of the number of operators during the negotiation or dialogue AWARD CRITERIA Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document An electronic auction will be used S239 6/8

7/8 IV.3) IV.3.1) IV.3.2) IV.3.3) IV.3.4) IV.3.5) IV.3.6) IV.3.7) IV.3.8) ADMINISTRATIVE INFORMATION File reference number attributed by the contracting authority CM66 Previous publication(s) concerning the same contract Conditions for obtaining specifications and additional documents Time limit for receipt of requests for documents or for accessing documents 19.1.2009-12:00 Payable documents Time-limit for receipt of tenders or requests to participate 19.1.2009-12:00 Date of dispatch of invitations to tender or to participate to selected candidates 1.4.2009 Language(s) in which tenders or requests to participate may be drawn up English. Minimum time frame during which the tenderer must maintain the tender Conditions for opening tenders SECTION VI: COMPLEMENTARY INFORMATION VI.1) THIS IS A RECURRENT PROCUREMENT VI.2) VI.3) VI.4) VI.4.1) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS reference to project(s) and/or programme(s): Some projects may receive financial contributions from EU funds. ADDITIONAL INFORMATION Application for inclusion must be made by the completion of the Pre-Qualification Questionnaire that is available from the Supplier and Contract Management System (SCMS) at http://scms.alito.co.uk/. Please follow the link and register using the project reference 9172 as the contract identification number. Further information is available in the Pre-Qualification Information Memorandum (which is also accessed from the SCMS link above) and Pre-Qualification Questionnaire. Financial requirements apply as set out in the Pre-Qualification Memorandum and the Pre-Qualification Questionnaire. It is anticipated that the framework agreement will be awarded around October 2009. However, the Council reserves the right to invite tenders at any time up to nine months from the actual date of return for the pre qualification questionnaire. The Council reserves the right for one or more Central Government Departments and their Agencies, NHS bodies, Local Authorities including Unitary Authorities, Police Authorities, Fire Authorities, other Emergency services, educational Establishments and third sector organisations within Yorkshire & Humber to access the concluded framework agreement without creating any obligation on behalf of any of them to do so. In that event the concluded contractual relationship would be between the individual authority or third sector organisation accessing the framework agreement and the contractor. Details of such arrangements are set out in the pre-qualification memorandum and the framework tender documents. PROCEDURES FOR APPEAL Body responsible for appeal procedures Body responsible for mediation procedures S239 7/8

8/8 VI.4.2) VI.4.3) VI.5) Lodging of appeals Service from which information about the lodging of appeals may be obtained DATE OF DISPATCH OF THIS NOTICE: 5.12.2008 S239 8/8