Framework for the Capital Works Programme 2015 – 2019
Contractors who have already been accepted on to the framework need not do anything unless they wish to be added on to additional Lot(s).
United Kingdom-Stornoway: Building construction work
2015/S 248-450757
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Council Offices, Sandwick Road
Contact point(s): Executive Office
For the attention of: The Chief Executive
HS1 2BW Stornoway
UNITED KINGDOM
Telephone: +44 8456007090
Fax: +44 1851705349
Internet address(es):
General address of the contracting authority: http://www.cne-siar.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00262
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: The Western Isles Area.
NUTS code UKM64
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 10
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: 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
‘The Comhairle reserve the right, if they consider it necessary, to renew/review this Framework on an annual basis, offering contractors who missed the opportunity access to the Framework. If you are an existing framework Contractor at the point of an annual review you need do nothing more — your inclusion will continue with your current status and information unless you are require to provide updates.’
Contractors who have already been accepted on to the framework need not do anything unless they wish to be added on to additional Lot(s), in which case they will have to submit a PQQ response once it is published. Contractors who were originally unsuccessful in being appointed on to the framework or who missed the opportunity first time round will be able to submit a response to the PQQ once published.
The contract will be split into two lots and contractors can submit offers for one or both lots and for any of the options within Lot 1.
Lot 1 will be for works valued GBP 1 000 — GBP 150 000 (sub-lotted into requirements for several works projects where a General, Electrical, Mechanical or Plumbing contractor takes the lead).
Lot 2 will be for works valued GBP 150 000 — GDP 600 000. Any projects with an estimated value in excess of GBP 600 000 will fall out-with the scope of this framework and will be undertaken as stand-alone procurement exercises.
The programme to be delivered will be for works for buildings, covering the whole island chain. The projects approved primarily relate to renovation and remodelling but may include alterations, extensions and possibly new builds. These projects will be packaged as ‘several works’, under formal building contracts, to be delivered by a main contractor who will provide and/or sub contract in all of the trades needed to deliver the project.
The framework will be for a 4 year period. At this point no specific projects can be confirmed, however it is anticipated that there will be a programme of approximately GBP 10 000 000 of works undertaken through this framework.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code Project_5086 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
45210000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 10 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Framework for the Capital Works Programme 2015 — 2019 Lot 1
1)Short description
2)Common procurement vocabulary (CPV)
45210000
3)Quantity or scope
Lot No: 2 Lot title: Framework for the Capital Works Programme 2015 — 2019 Lot 2
1)Short description
2)Common procurement vocabulary (CPV)
45210000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
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
III.2.3)Technical capacity
See PQQ on PCS Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Framework contractors will be selected if a quality threshold is passed.
IV.2.1)Award criteria
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
Other previous publications
Notice number in the OJEU: 2014/S 167-297300 of 2.9.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders
Date: 29.9.2014 – 14:00
Place:
Stornoway, Isle of Lewis
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2018.
VI.3)Additional information
(SC Ref:424063)
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:
Under each contract awarded through the Framework, the Contractor and its supply chain will be required to actively participate in the achievement of social objectives relating to participation in areas such as skills development, employment and training programmes, use of surplus materials, Curriculum support activities, etc. in accordance with the Comhairles Community Benefits Policy. This requirement will form part of the Invitation to Tender document for each project and may also include requirements for other added value contributions by the contractor and its supply chain in order to support community programmes promoted by the Council.
The sPQQ document asks specific questions in respect of interested bidders commitment and past record in delivering Community Benefit.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: