NEPO Building Construction Works Framework Contract
9 Lots. Lot No: 1 – Building Construction Works – Northumberland, Tyne and Wear and Durham – Up to 2 000 000 GBP.
2017/S 163-335434
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall, Quayside
Newcastle upon Tyne
NE1 3AF
United Kingdom
Contact person: Adam Smith
E-mail: adam.smith@nepo.org
NUTS code: UKC
Address of the buyer profile: www.nepo.org
I.1)Name and addresses
Town Hall, Feethams
Darlington
DL1 5QT
United Kingdom
E-mail: customerservices@darlington.gov.uk
NUTS code: UKCInternet address(es):Main address: www.darlington.gov.uk
I.1)Name and addresses
County Hall
Durham
DH15UL
United Kingdom
E-mail: help@durham.gov.uk
NUTS code: UKCInternet address(es):Main address: www.durham.gov.uk
I.1)Name and addresses
Civic Centre, Regent Terrace
Gateshead
NE81HH
United Kingdom
E-mail: customerservices@gateshead.gov.uk
NUTS code: UKCInternet address(es):Main address: www.gateshead.gov.uk
I.1)Name and addresses
Civic Centre, Victoria Road
Hartlepool
TS248AY
United Kingdom
E-mail: customer.service@hartlepool.gov.uk
NUTS code: UKCInternet address(es):Main address: www.hartlepool.gov.uk
I.1)Name and addresses
Civic Centre, Barras Bridge
Newcastle upon Tyne
NE1 7RS
United Kingdom
E-mail: csc@newcastle.gov.uk
NUTS code: UKCInternet address(es):Main address: www.newcastle.gov.uk
I.1)Name and addresses
Quadrant, The Silverlink North, Cobalt Business Park
Silverlink
NE270BY
United Kingdom
E-mail: contact.us@northtyneside.gov.uk
NUTS code: UKCInternet address(es):Main address: http://my.northtyneside.gov.uk/
I.1)Name and addresses
Redcar and Cleveland House, Kirkleatham Street
Redcar
TS10 1RT
United Kingdom
E-mail: contactus@redcar-cleveland.gov.uk
NUTS code: UKCInternet address(es):Main address: www.redcar-cleveland.gov.uk
I.1)Name and addresses
Town Hall and Civic Offices, Westoe Road
South Shields
NE33 2RL
United Kingdom
E-mail: customerhelp@southtyneside.gov.uk
NUTS code: UKCInternet address(es):Main address: www.southtyneside.gov.uk
I.1)Name and addresses
Municipal Buildings, Church Road
Stockton-on-Tees
TS181LD
United Kingdom
E-mail: customer.comments@stockton.gov.uk
NUTS code: UKCInternet address(es):Main address: www.stockton.gov.uk
I.1)Name and addresses
Civic Centre, Burdon Road
Sunderland
SR2 7DN
United Kingdom
E-mail: enquiries@sunderland.gov.uk
NUTS code: UKCInternet address(es):Main address: www.sunderland.gov.uk
I.1)Name and addresses
14 Ennis Square, Dormanstown
Redcar
TS10 5JR
United Kingdom
E-mail: enquiries@cchousing.org.uk
NUTS code: UKCInternet address(es):Main address: https://www.coastandcountryhousing.org.uk/
I.1)Name and addresses
Quadrant, Cobalt Business Park, The Silverlink North
North Tyneside
NE27 0BY
United Kingdom
E-mail: enquires@northeastca.gov.uk
NUTS code: UKCInternet address(es):Main address: https://www.northeastca.gov.uk/
I.1)Name and addresses
2 Gosforth Park Way, Gosforth Business Park
Newcastle upon Tyne
NE12 8ET
United Kingdom
E-mail: procurement@homegroup.org.uk
NUTS code: UKCInternet address(es):Main address: https://www.homegroup.org.uk/
I.1)Name and addresses
Teesside University
Middlesbrough
TS1 3BX
United Kingdom
E-mail: enquiries@tees.ac.uk
NUTS code: UKCInternet address(es):Main address: https://www.tees.ac.uk/
I.1)Name and addresses
Benton Park Road
Newcastle upon Tyne
NE77LX
United Kingdom
E-mail: yhn@yhn.org.uk
NUTS code: UKCInternet address(es):Main address: https://www.yhn.org.uk/
I.1)Name and addresses
Cavendish House, Teesdale Business Park
Stockton-on-Tees
TS17 6QY
United Kingdom
E-mail: info@teesvalley-ca.gov.uk
NUTS code: UKCInternet address(es):Main address: https://teesvalley-ca.gov.uk/
I.1)Name and addresses
Civic Centre, Albert Road
Middlesbrough
TS19FX
United Kingdom
E-mail: contactcentre@middlesbrough.gov.uk
NUTS code: UKCInternet address(es):Main address: www.middlesbrough.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:
NEPO207 — Building Construction Works.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Projects let under the framework agreement may be of a construct only or a design and construct nature with regards to development, refurbishment/remodelling of existing properties owned and or used by Contracting Authorities, new build projects or a combination of all aspects inclusive of all associated external work, including demolition. Works covered may include but are not limited to the new build and refurbishment of the following building types: education including primary and secondary schools, universities and colleges of further education and training establishments, leisure recreation and culture, health, library, fire, ambulance & police, day-care, nursery care, social care, social housing, assisted housing, elderly homes, specialist facilities, transport depots, park and ride, bus stations, recycling facilities, offices & other operational, industrial & commercial buildings. The specific projects which may be delivered cannot be clearly defined at this stage.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Building Construction Works — Northumberland, Tyne & Wear and Durham — Up to 2 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
It is anticipated that this Framework Contract will be utilised for funded projects including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Funds (ESIF), Heritage Lottery Funding (HLF), Sport England and others, although the detail of this is currently unknown. Contracting Authorities are wholly responsible for the Call Off meeting the requirements of the applicable funding body.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Construction Works — Tees Valley — Up to 2 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
It is anticipated that this Framework Contract will be utilised for funded projects including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Funds (ESIF), Heritage Lottery Funding (HLF), Sport England and others, although the detail of this is currently unknown. Contracting Authorities are wholly responsible for the Call Off meeting the requirements of the applicable funding body.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Construction Works — Northumberland, Tyne & Wear and Durham — 2 000 000 GBP to 5 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
It is anticipated that this Framework Contract will be utilised for funded projects including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Funds (ESIF), Heritage Lottery Funding (HLF), Sport England and others, although the detail of this is currently unknown. Contracting Authorities are wholly responsible for the Call Off meeting the requirements of the applicable funding body.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Construction Works — Tees Valley — 2 000 000 GBP to 5 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
It is anticipated that this Framework Contract will be utilised for funded projects including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Funds (ESIF), Heritage Lottery Funding (HLF), Sport England and others, although the detail of this is currently unknown. Contracting Authorities are wholly responsible for the Call Off meeting the requirements of the applicable funding body.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Construction Works — North East — 5 000 000 GBP and above
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. The Supplier ranked 6th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
It is anticipated that this Framework Contract will be utilised for funded projects including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Funds (ESIF), Heritage Lottery Funding (HLF), Sport England and others, although the detail of this is currently unknown. Contracting Authorities are wholly responsible for the Call Off meeting the requirements of the applicable funding body.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Housing — Northumberland, Tyne and Wear and Durham — Up to 2 500 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Housing — Tees Valley — Up to 2 500 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Housing — North Yorkshire — Up to 2 500 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Housing — Cumbria — Up to 2 500 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. Ifnot already registered, candidates should register on the NEPO eTender system at https://procontract.due-north.com/register?openform. Any queries regarding the procurement process or tender documents must be raised no less than 4 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.
In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–7. The Supplier ranked 7th will be awarded for contingency purposes only. The contingency Contractor will not be eligible to participate in Mini Competitions or Direct Awards under the Framework Contract unless the below criteria has been satisfied. The primary Contractors indicate, or have found to be unable to fully meet all of the Contracting Authority’s requirements prior to a Call-Off. A primary Contractor notifies the Council that they are no longer able to supply under the Framework Contract then the contingency Contractor awarded to the applicable Lot may be substituted.
Should a primary Contractor be found to be continuously underperforming or failing to achieve agreed KPIs then the Contracting Authority reserves the right to exclude that Contractor for up to three future projects and replace with the contingency Contractor. Contracting Authorities are wholly responsible for this decision and the exclusion of a primary Contractor will not apply to other Contracting Authorities wishing to access the Framework Contract during this period.
Successful Contractors will enter into a Framework Agreement in a form which is set out in the procurement documents.
The Council does not give any guarantee and/or warrant the actual value of the works(if any) which will be placed with the successful Contractors by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced suppliers who can meet the requirements under any of the applicable lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their subcontractor network will not be considered.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Framework Contract will be a direct replacement for the current Building Construction Works Framework Contract. It is anticipated the proceeding Framework Contract will be subject to future renewals.
Framework Contract period: 48 Months commencing 1.4.2018 with the option to extend for up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.3)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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
48 to 72 months from Framework Contract Commencement Date.
VI.2)Information about electronic workflows
VI.3)Additional information:
NEPO is a Central Purchasing Body as defined in the Public Contract Regulations 2015 (PCR15). This means that NEPO may provide central purchasing activity on behalf of Contracting Authorities.
The agreement will be available for use by all NEPO Members within the North East, North Yorkshire and Cumbria regions. A list of member organisations is available in the About section of the NEPO website at: www.nepo.org.
This agreement will also be made available to all current and future NEPO Associate Members throughout the North East, North Yorkshire and Cumbria regions. Current Associate Members are listed in the Associate Member section of the NEPO website at: www.nepo.org/associate-membership/list.
NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout the North East, North Yorkshire and Cumbria regions (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.
Please see the following websites for further details:-
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm http://www.education.gov.uk/edubase/home.xhtml
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://www.ukschoolsdirectory.net
https://www.gov.uk/find-school-in-england
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://unistats.direct.gov.uk/institutions/
http://www.hefce.ac.uk/workprovide/unicoll/heis/
http://www.hefce.ac.uk/workprovide/unicoll/fecs/
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
https://www.gov.uk/government/organisations
https://www.communities-ni.gov.uk/contact
http://www.police.uk/forces.htm
http://www.police-information.co.uk/index.html
http://www.mcga.gov.uk/c4mca/mcga07-home.htm
http://www.fireservice.co.uk/information/ukfrs
http://www.fire.org.uk/fire-brigades.html
http://www.charity-commission.gov.uk/About_us/Regulation/Registering_charities_index.aspx
http://www.idea.gov.uk/idk/core/page.do?pageId=7175736
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
A complete list of permissible users is shown on the NEPO website below:
http://www.nepo.org/associate-membership/permissable-users
Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance.
Further information can be found at: www.nepo.org
VI.4.1)Review body
Guildhall, Quayside
Newcastle Upon Tyne
NE1 3AF
United Kingdom
Telephone: +44 1912613918Internet address:www.nepo.org
VI.4.2)Body responsible for mediation procedures
Guildhall, Quayside
Newcastle Upon Tyne
NE1 3AF
United Kingdom
Telephone: +44 1912613918Internet address:www.nepo.org
VI.4.4)Service from which information about the review procedure may be obtained
Guildhall, Quayside
Newcastle Upon Tyne
NE1 3AF
United Kingdom
Telephone: +44 1912613918Internet address:www.nepo.org
VI.5)Date of dispatch of this notice:
Related Posts
Design and Construction of Chester Northgate
HS2 Construction Partner Contracts – Euston and Old Oak Common
Merseyside Police Minor Works Framework 2017
Blackpool Coastal Housing Subcontractor Building Trades Framework
Manchester Metropolitan University Design and Construction Contract