YORcivil Major Works Contractors Framework Agreement 2019
Main works include Integrated transportation works, highway works including new build, maintenance, repairs and related surfacing works, sewerage and drainage works.
United Kingdom-Sheffield: Construction work
2019/S 077-182339
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, Pinstone Street
Sheffield
S1 2HH
United Kingdom
E-mail: yorhub@eastriding.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.yortender.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
YORcivil Major Works Contractors Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A Framework Agreement to serve all public sector bodies (and their statutory successors) and third sector organisations in the Yorkshire and Humber region and the Sheffield Local Enterprise Partnership region as detailed in the procurement documents. The works involved are principally civil engineering works, bridges/structure works, highway surfacing works and flood alleviation works, including contractors design when required. In addition some building works may also be included. The full list of accessing bodies is detailed within VI.3. Principles of collaborative working and partnering will be key to the relationships under the framework.
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
Yorkshire and the Humber UKE and Sheffield Local Enterprise Partnership region that includes Derbyshire and Nottinghamshire (UKF1). Further details as set out in the framework procurement documents.
II.2.4)Description of the procurement:
Main works include Integrated transportation works, highway works including new build, maintenance, repairs and related surfacing works, sewerage and drainage works including sewage treatment works (e.g. package plants and septic tanks), flood alleviation and land drainage works, hard and soft landscaping including public realm works, sports and recreation facilities, environmental improvement and protection works, bridge works including new build, maintenance and repairs, other structures and structural work (e.g. retaining walls, reinforcement and earthworks), surfacing works including deep surfacing, patching and reconstruction, planing/scarifying works, in-situ recycling of road surface product or other recycling techniques, specialist surfacing including coloured surfacing, anti-skid, surface texture and thin surfacing, some minor general civil engineering and/or building works and/building refurbishment works, river and canal works that may or may not be effected by the tide. Some ancillary works including design and construction of the main works, in whole or in part or input to the design process and some associated new building works and/or building refurbishment may also be included. The coverage for both main and ancillary works may involve all or any stages of delivery including design/ project preparation, site works and also providing advice and project management services associated with these services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Description of these options:
The framework has an option to extend for a further period of 2 years to allow the appointed contractors adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM and new models of construction procurement.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of Local Authorities may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months:48 (from the award of the framework).
II.2.13)Information about European Union funds
Some projects may receive financial contributions from European Union Funds
II.2.14)Additional information
Subject to the technical and financial capability and capacity of applications it is envisaged that 8 contractors will be appointed to the YORcivil Major Works Contractors Framework Agreement.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the procurement documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Refer to II.2.11
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
County Hall, Beverley.
Authorised officers.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Public sector organisations that may access this framework subject to approval of the Contracting Authority include (but are not limited to):
— Local Authorities in Yorkshire and Humber and Sheffield Local Enterprise Partnerships (LEP) region (i.e. a local authority as defined in Regulation 1 and 84(1) of the Local Government Act 2000, Local Authorities and their Arms Length Management Organisations, including all County, City, District and Borough Councils, and Unitary Authorities. A list is available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
— Central Government Department and Agencies https://www.gov.uk/government/organisations
— Combined Authorities (as defined in Local Democracy, Economic Development and Construction Act 2009),
— educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, University Technical Colleges, University Purchasing Consortium, further education establishments; higher education establishments and other educational establishments).
https://www.ucas.com/file/129971/download?token=mGS-b3F1
http://www.schoolswebdirectory.co.uk/
https://www.gov.uk/school-performance-tables
— National Park Authorities http://www.nationalparks.gov.uk/
— Internal Drainage Boards http://www.ada.org.uk/idb_members_map.html
— Registered Social Landlords (Housing Associations) https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
— Police Forces http://www.police.uk/?view=force_sites
— Fire and Rescue Services http://www.fireservice.co.uk/information/ukfrs
— NHS Bodies England:
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
https://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
— hospices in the UK: https://www.hospiceuk.org/about-hospice-care/find-a-hospice
— Third Sector and Charities in the United Kingdom:
http://www.charity-commission.gov.uk/
— Citizens Advice: http://www.citizensadvice.co.uk/
— projects commissioned by LEPs
— also permitted to access the framework are locally delivered public service providers e.g. General Practitioners’ Surgeries.www.nhs.uk/service-search/go/locationsearch/4
— the option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy,
— passenger transport executives: http://www.pteg.net/
— Humber Bridge Board: http://www.humberbridge.co.uk/
— canal and river trusts: www.canalrivertrust.org.uk/about-us/our-regions/north-east-waterways
—social enterprises within culture and leisure: www.sporta.org/member-directory
— trusts, charities, social enterprises, mutuals, and community interest companies: (i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation).
Other additional public bodies operating in this region but not specifically referred to may also use this framework including successors to those organisations already identified and their subsidiaries. It is intended that the framework will deliver a significant proportion of the civil engineering and related works of these public sector bodies. However, these public sector bodies do not guarantee to award a minimum value or indeed any value of services under the proposed arrangement.
VI.4.1)Review body
Sheffield
S1 2HH
United Kingdom
VI.4.3)Review procedure
Sheffield City Council will incorporate a standstill period at the point information on the award of the framework 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 provide for an economic operator who suffers or risks suffering loss or damage 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: