Framework for Supply and Installation of Timber Frames
This procurement exercise is for the implementation of a Framework Agreement for the Provision of Fabrication and Installation of Timber Frames for Buildings.
United Kingdom-Durham: Structural products
2015/S 238-431599
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
Contact point(s): http://www.nepoportal.org to log on and access the tender documents reference A4CJ-8B4P4V
For the attention of: Kay Duthie
DH1 5UL Durham
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.durham.gov.uk
Electronic access to information: http://www.nepoportal.org
Electronic submission of tenders and requests to participate: http://www.nepoportal.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: To include locations throughout the County of Durham. The Framework will also be made available to all Durham County Council Service Groupings, Durham and Darlington Fire and Rescue, Durham Constabulary, and Schools and Academies within County Durham,
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 400 000 and 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
44200000, 44100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: 1. Public Liability — 5 000 000 GBP.
2. Employers Liability — 10 000 000 GBP.
3. Professional Indemnity — 1 000 000 GBP.
4. Motor Vehicle — third party cover required as a minimum.
III.2.3)Technical capacity
In accordance with article 58 of Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set in the Tender Documents available from the NEPO portal as detailed in section V1.3.
Minimum level(s) of standards possibly required:
Bidders must successfully pass Sections A-F of the Tender documents (in line with the evaluation criteria set out in the Tender documents) to have their responses to the Technical Questions in Section G and Section H Price evaluated.
Sections A-F include financial assessment; grounds for exclusion; Insurance; health and safety, equality and diversity and Essential Criteria.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Quality Management System. Weighting 5
3. Methodology and Approach. Weighting 35
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note this tender opportunity is being advertised on Durham County Councils E-tendering system.
Organisations can register electronically for the Tender documents via www.nepoportal.org
Please access this system and the Supplier area, select Durham and input A4CJ-8B4P4V
Please note that the Tender documents will be available for you to download on this system.
The duration of the Contract is 2 years, subject to the right of the Authority (at its sole discretion) to exercise its right to extend the Contract by up to two (2) further periods of up to (twelve) 12 months. The maximum length of the Contract is therefore 4 years.
VI.4.2)Lodging of appeals
That 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 the unsuccessful bidders to challenge the award decision before the contract is entered into. The Public Regulations 2015 provide the aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: