Roads Minor Works Framework Agreement
Frequency and value of the contracts to be awarded: The range above is over the maximum 4 years of the agreement.1 The works will be carried out on a Work Package basis with Work Packages varying in value up to GBP 250 000.
United Kingdom-Kilmarnock: Works for complete or part construction and civil engineering work
2014/S 100-173972
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Contact point(s): Corporate Support
For the attention of: Alex Reid
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
E-mail: alex.reid@east-ayrshire.gov.uk
Fax: +44 1563576179
Internet address(es):
General address of the contracting authority: http://www.east-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
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: East Ayrshire Council
Corporate Procurement Team, London Road HQ
Contact point(s): Corporate Support
For the attention of: Alex Reid
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576186
E-mail: alex.reid@east-ayrshire.gov.uk
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
East Ayrshire Council
Falkirk Council
North Ayrshire Council
South Ayrshire Council
West Lothian Council
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
Execution
Main site or location of works, place of delivery or of performance: Various locations throughout the boundaries of the five participating councils.
NUTS code UKM
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: 400
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 20 000 000 and 40 000 000 GBP
Frequency and value of the contracts to be awarded: The range above is over the maximum 4 years of the agreement.1 The works will be carried out on a Work Package basis with Work Packages varying in value up to GBP 250 000. Any Works Package with a value between GBP 250 000 and GBP 500 000 may, at the discretion of the issuing authority either be issued through the Framework or be procured as a discrete scheme outwith the Framework Agreement. Any works with a value greater than GBP 500 000 will be procured outwith the Framework Agreement.
II.1.5)Short description of the contract or purchase(s)
NOTE: The authority 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_1952 within the appropriate area.
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)
45200000, 45233130, 45233100, 45233000, 45233139, 45233300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 20 000 000 and 40 000 000 GBP
II.2.2)Information about options
Description of these options: The Framework Agreement term is initially 2 years. However, the Councils jointly retain the right to extend the term by a further two 1-year extension options, wholly at their discretion.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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 Framework Agreement will be managed by East Ayrshire Council as Lead Authority under the NEC3 ECSC Framework Contract (June 2005)as amended including April 2013 Amendments, with individual Works Packages being issued by one of the five participating Authorities as the Employer under the conditions of the NEC3 Engineering and Construction Short Contract (April 2013).
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Throughout the term of the Agreement, all Contractors will be required to be registered and acredited as an ‘Approved Contractor’ with an organisation under the SSIP (Safety Schemes in Procurement) or EU equivalent, before being able to accept Work Packages.
Section IV: Procedure
IV.1.1)Type of procedure
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
Prior information notice
Notice number in the OJEU: 2014/S 60-100266 of 26.3.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
IV.3.8)Conditions for opening of tenders
Date: 28.7.2014 – 12:00
Place:
London Road HQ, Kilmarnock, Ayrshire KA7 3BU.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2, 3 or 4 years hence depending upon optional extensions taken up.
VI.3)Additional information
Interested parties may download electronic versions of the Tender documents from www.publictendersscotland.publiccontractsscotland.gov.uk no paper copies or emailed versions will be made available.
Please visit this site, register your interest, download the Tender documents and upload the completed tenders to the same site by not later than 12:00 on 28.7.2014.
All contractors who pass the stated minimum (mandatory) requirements stated in the ITT documents will be incorporated onto the Framework Agreement. The items and quantities of each individual Work Package will be inserted into the common Database and the work will be offered to the lowest priced contractor, where the work is to proceed. The contractor may accept or decline without penalty.
Should the lowest priced contractor decline the Work Package will be offered to the next lowest priced contractor until the Work Package is accepted. Work Packages will only be offered to contractors who are Approved Contractors under the Safety Scheme in Procourement SSIP (or EU equivalent) and who hold the minimum insurance requirements acceptable to the Council.
Contractor performance will be monitored in terms of response and completion times and quality and contractors may be suspended or removed from the Framework Agreement in accordance with the Default in Performance Clause in the Conditions of Contract.
Contractors will be offered the opportunity to review and resubmit their rates on a 6-month basis and this will be done using the PCS-Tender Mini-Competition Module. It is therefore imperative that contractors make the Framework Administrator immediately aware of any changes to contact details for Mini-Tender purposes.
(SC Ref:290857)
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:
Bidders may, at their discretion, formally propose community benefits that it would deliver if a) successful in being included in the Framework Agreement and furthermore b) successful in winning Work Packages. These may or may not include such as ‘apprenticeships to conclusion’, ‘recruitment/training of the long-term unemployed’, ‘relationships with primary and secondary schools’, ‘innovative supply chain proposals’ and any other proposals which would bring community benefits to the five participating Councils. These will not be regarded as award criteria, although any proposals would become contractual, at the discretion of the Councils.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: