Low Value Construction Services Framework
The Framework will consist of a single Lot. Providers must be capable of undertaking design and construct and construct only projects up to 800 000 GBP in value.
United Kingdom-Sandbach: Construction work
2016/S 140-252580
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Westfields, Middlewich Road
Sandbach
CW11 1HZ
United Kingdom
Contact person: Mr Steve Mellor
Telephone: +44 1270686439
E-mail: steve.mellor@cheshireeast.gov.uk
NUTS code: UKD2
Internet address(es):Main address: http://www.cheshireeast.gov.uk/
I.1)Name and addresses
See Section II.2.4)
United Kingdom
E-mail: steve.mellor@cheshireeast.gov.uk
NUTS code: UKD2
Internet address(es):Main address: http://www.cheshireeast.gov.uk/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
15 034 Low Value Construction Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Framework will consist of a single Lot. Providers must be capable of undertaking design and construct and construct only projects up to 800 000 GBP in value as well as occasional smaller works and single trade schemes. Providers must be capable of delivering the following types of projects, either themselves or through their supply chain:
New Build;
Extension;
Refurbishment;
Minor Building Works;
Heritage Works;
Demolition;
Electrical;
Mechanical;
Painting and Decorating;
Flooring;
CCTV/Fire Alarms/Security Systems;
Landscaping (including playground equipment);
Public Realm Works;
Site preparation works for modular construction projects;
Volumetric Building Solutions.
Construction projects let under the Framework will be to schools, libraries, leisure centres, community buildings,social services and health buildings, depots, cemeteries/crematoria, office facilities, National Trust estates,parks, farm buildings, other buildings the Council is involved with and their environments.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the boundaries of Cheshire East.
II.2.4)Description of the procurement:
The framework will be for a period of 3 years with the option to extend for up to a further 12 months. This framework agreement will be open for use by Cheshire East Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd; Engine of the North Ltd; Ansa Environmental Services Ltd; Orbitas Bereavement Services Ltd; Civicance Ltd, Skills and Growth Company Ltd and Everybody Sports and Recreational Trust Ltd (Trading as Everybody Ltd, a charitable trust), Transport Service Solutions Ltd, and any other wholly or partly owned companies created by Cheshire East Borough Council. This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary and all town and parish Councils within the borough boundary.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be reviewed 12 months prior to the end of the initial contract period.
II.2.10)Information about variants
II.2.11)Information about options
The option to extend for up to a further 12 months (at the councils sole discretion). In the event the framework is extended any extension shall be on the same terms and conditions of contract as the original contract period.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This procurement exercise will be conducted on Cheshire East Borough Council’s electronic Contract and Tender Management System at the www.the-chest.org.uk Organisations wishing to be considered for this contract must register their expression of interest and provide additional required information through the Contract and Tender Management System. If you have any technical problems with The Contract and Tender Management System please contact the help-desk on: Email: support@due-north.com telephone:+448452930459 or +441670 597137. In order to participate, providers must register, complete and upload completed documentation and submit this via the Chest at the link provided in this notice. The project reference on The Chest is DN121847. The values given in this notice are only estimations and take into account the extension option — the Council gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes.
VI.4.1)Review body
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. 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 unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations, 2015 (SI No 102) provides for aggrieved parties who have been harmed or are 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:
Related Posts
Main Contractor Work – University of Newcastle upon Tyne
Cornwall Council Design and Construction Contract
Oil and Pipelines Agency Professional Services Framework
Architectural Services Urgent Works Notice