CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
Kevin Evans |
+44 1443680681 |
purchasing@rctcbc.gov.uk |
|
http://www.rctcbc.gov.uk/
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0276
http://appswales.alito.co.uk
http://appswales.alito.co.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes Blaenau Gwent County Borough Council
Bridgend County Borough Council
Caerphilly County Borough Council
Cardiff Council
Ceredigion County Council
Merthyr Tydfil County Borough Council
Monmouthshire County Council
Powys County Council
Newport City Council
Rhondda Cynon Taf County Borough Council
Torfaen County Borough Council
Vale of Glamorgan County Borough Council
Carmarthenshire County Council
Neath Port Talbot County Borough Council
Pembrokeshire County Council
City and County of Swansea
Roman Catholic Arch Diocese of Cardiff
Monmouth Diocesan Trust
Church in Wales Diocese of Llandaff
Coleg y Cymoedd
Gower College Swansea
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySouth and Mid Wales Collaborative Construction Framework (SEWSCAP 2) |
II.1.2(a))
|
Type of works contract
|
 |
|
 |
|
 |
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Various sites across South and Mid Wales and potentially the whole of Wales
UKL |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged35 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement500000000GBP |
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The participating Authorities and other organisations are committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the successful contractors will be required to consider opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project. Specific requirements will be detailed within the mini tender documents which will also state whether the requirement is core or non core.
The Authorities entitled to award contracts under this framework are the Confirmed Participating Authorities and the Other Participating Authorities (as listed above).
Three methods may be used by Participating Authorities to award contracts under the framework, as summarised below –
1. Direct award by rotation – where the terms of the contract can be established with sufficient precision, contracts may be awarded in turn on a rotation basis, beginning with the highest-scoring contractor in the relevant Lot and progressing to each contractor in order of score achieved. This method will apply only to Lots 1 and 2.
2. Mini-tender – Contractors in the relevant Lots will be invited to tender against a range of quality and pricing criteria. This method will apply to all Lots
3. Early Contractor Involvement mini-tender - Contractors in the relevant Lots will be invited to tender against a range of quality and pricing criteria on the basis that if successful, they will be appointed at an early stage to work with the Participating Authority to finalise the design and the price. Once design and price are finalised, the contract will not be re-tendered and the appointed contractor will proceed to carry out the works element. This method will apply to Lots 3 – 6 (inclusive).
These methods will be set out in more detail in the Invitation to Tender documents.
Under Lot 1, only Ceredigion County Council and Powys County Council and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may award contracts. Ceredigion County Council and Powys County Council and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion will not be able to award contracts under Lots 2 and 3.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
 |
|
 |
|
 |
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also incorporate modern methods and off site and/or modular construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).
Potential bidders are required to register and / or log in to http://appswales.alito.co.uk and view the document titled - Information Memorandum for further information regarding this opportunity.
NOTE:
In addition to the above authorities (“Confirmed Participating Authorities”), the following contracting authorities (“Other Participating Authorities”) may also use the framework and enter into contracts for specific projects with successful contractors appointed to the framework –
- The Welsh Ministers, including all their agencies and sponsored bodies
- The National Assembly for Wales Commission
- Local authorities in Wales
- Police and Crime Commissioners and Police Forces in Wales
- Fire and Rescue services in Wales
- NHS Local Health Boards and NHS Trusts in Wales, and any body described under Part 2 (Health Service Bodies) of the National Health Service (Wales) Act 2006
- Registered Social Landlords in Wales
- Higher and further education bodies in Wales, including colleges and universities
- Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)
- HM Inspectorate of Schools in Wales (Estyn)
- The following central government departments, to the extent that they are based in or operate in Wales –
- Cabinet Office
- Wales Office
- Department for Business, Innovation and Skills
- Department for Communities and Local Government
- Department for Culture Media and Sport
- Department for Education
- Department for Environment, Food and Rural Affairs
- Department for Transport
- Department for Work and Pensions
- Department of Energy and Climate Change
- Department of Health
- HM Treasury
- Home Office
- Ministry of Justice
- Ministry of Defence
- Agencies or sponsored bodies of the above central government bodies, to the extent that they are based in or operate in Wales, including (but not limited to) –
- Office of National Statistics
- Environment Agency
- Forestry Commission Wales
- Defence Support Group
- Royal Mint
- Crown Commercial Services
- DVLA
- Maritime and Coastguard Agency
“Participating Authorities” means the Confirmed Participating Authorities and the Other Participating Authorities.
Successor bodies
In the event of merger, abolition or change of any of the Participating Authorities, the successors to those authorities (provided that they exercise the same or similar functions) will also be able to enter into specific contracts under this framework during its duration. |
|
500000000 GBP |
II.2.2)
|
OptionsWhilst the main purpose of the framework is schools construction, the Participating Authorities reserve the right to let contracts under the framework for other types of public building. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 01-04-2015 31-03-2019 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Parent company guarantees and/or performance and/or retention bonds may be required as a condition of specific contracts let under this framework.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
To be advised in the tender documents
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
None specified, save that in the case of consortia or other groupings of economic operators, joint and several liability must be accepted
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
Contract conditions to be set out in tender documents
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
All candidates will be required to produce a certificate or declaration demonstrating that none of the circumstances under Regulation 23(1) or 23(4) of the Public Contracts Regulations 2006 (SI 2006/5, as amended) apply to them. Candidates must also comply with the other mandatory requirements set out in the Pre-Qualification Questionnaire.
|
III.2.2)
|
Economic and financial capacity
As set out in the Pre-Qualification Questionnaire (PQQ). Organisations are required to PASS all Pass or fail questions or they will be excluded from the process
|
III.2.3)
|
Technical capacity
As set out in the Pre-Qualification Questionnaire (PQQ). Organisations are required to PASS all Pass or fail questions or they will be excluded from the process
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate35 |
|
|
Objective criteria for choosing the limited number of candidates
The procurement process will be conducted via the Alito Procurement Portal and any organisation wishing to express an interest in tendering must do so via this portal. Registration on the Alito Procurement Portal is free and guidance is available by e-mailing the following address: alito@rctcbc.gov.uk
The web address for Alito is: http://appswales.alito.co.uk
This is a restricted process and successful organisations will be shortlisted from the Pre Qualification stage and invited to participate at Tender stage.
A PQQ must be completed and returned with the request to participate.
The PQQ document can be downloaded via the Alito website. This document and any supporting attachments must be submitted back through the Alito System.
The deadline date for return of the PQQ is 21st November 2014 at 12 noon. The contracting authority will not accept PQQs after this date.
The deadline for the tender return will be advised accordingly.
In order to streamline this pre qualification stage, interested parties may use their Constructionline accreditation to demonstrate appropriate elements of the pre qualification criteria as set out in the PQQ. Constructionline is the UK Government national pre qualification register for construction contractors. Existing Constructionline members will only need to supply their registration number and their notation value for each area of interest and complete the supplementary questions on the PQQ. Non - members of Constructionline will be required to complete the full questionnaire.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
R425
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 21-11-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 17-12-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The procurement process will be conducted via the Alito Procurement Portal and any organisation wishing to express an interest in tendering must do so via this portal. Registration on the Alito Procurement Portal is free and guidance is available by e-mailing the following address: alito@rctcbc.gov.uk
The web address for Alito is: http://appswales.alito.co.uk
This is a restricted process and successful organisations will be shortlisted from the Pre Qualification stage and invited to participate at Tender stage.
A PQQ must be completed and returned with the request to participate.
The PQQ document can be downloaded via the Alito website. This document and any supporting attachments must be submitted back through the Alito System.
The lead contracting authority reserves the right to award all, part or none of the lots of this procurement and to abandon this procurement at any time. Under no circumstances will any of the participating authorities incur any liability (including but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
The tender documents will outline the requirements of the tender process and the evaluation criteria.
Completed PQQs are to be returned in accordance with the instructions in the PQQ documentation and in order to receive consideration must be received no later than 12:00 noon on Friday 21st November 2014. It should be noted that the PQQ documentation will not be available after this time.
It is anticipated that the invitation to tender ("ITT") will be sent out in December 2014, however, the lead authority reserves the right to change this date at any time.
The PQQ selection criteria are detailed in the PQQ documentation. The tender award criteria for this procurement will comprise of [cost and quality]. Full details of the award criteria and the method of evaluation will be provided in the ITT.
The lead authority does not bind itself, or any of the participating authorities to accept the lowest or any tender as part of this process.
(WA Ref:14210)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
The Government of Wales Act 2006 set out the Welsh Government’s obligations with regard to sustainable development. Sustainable development embraces goals such as improving the environment, building stronger communities, reducing social exclusion and poverty and the development of the economy. The Participating Authorities thus wish to give effect to objectives relating to social inclusion and employment and recruitment of the long-term economically inactive.
If shortlisted to tender stage and appointed to the Framework, bidders will be required to specifically achieve the following (as a minimum)
-training and employment opportunities;
-opportunities to recruit and train long term economically inactive persons as part of the workforce delivering contracts pursuant to the Framework Agreement;
-opportunities to offer (apprenticeships/NVQs/H&S training/etc) during the life of the Framework Agreement;
-maximising supply chain opportunities for SMEs including social enterprises, to bid for supply chain opportunities arising from the Framework Agreement. It is expected that this will include advertising sub-contracting opportunities on Sell2Wales and using the Welsh Government’s Business Wales to hold “Meet the Buyer” events.
Additionally, bidders successfully appointed to the Framework will be required to fully adhere to a Fair Payment Charter, Targeted Recruitment and Training Charter, complete the Community Benefits Measuring tool for each and every completed project and complete appropriate KPI's. It is also expected that during the Framework, Project Bank Accounts will be used on some or all Lots.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The lead authority will notify candidates of whether or not they have been successful in accordance with the provisions of Regulations 32 and 32(A) of the Public Contracts Regulations 2006 and will hold a mandatory 10-day standstill period. It should be noted that the lead authority is automatically obliged to refrain from entering into a contract when proceedings are brought in respect of the award decision if the framework agreement has not been concluded. Note that after the standstill period has elapsed the lead authority is free to enter into the framework agreement without further notice and this means that a potential challenger may be limited to a remedy in damages. Also note that strict time limits apply for the bringing of proceedings under the Public Contracts Regulations 2006 (as amended).
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 14-10-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
|
+44 1443680681 |
|
|
| http://www.rctcbc.gov.uk/ |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
Please register on http://appswales.alito.co.uk |
+44 1443680681 |
|
|
| http://www.rctcbc.gov.uk/ |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Rhondda Cynon Taf CBC |
The Pavilions, Clydach Vale |
Tonypandy |
CF40 2XX |
UK |
All documents to be accessed and uploaded to http://appswales.alito.co.uk |
+44 1443680681 |
|
|
| http://www.rctcbc.gov.uk/ |
|
|
ANNEX B
Information About Lots
|
| 1
Lot 1 |
1)
|
Short Description
Lot 1: Minimum Value: GDP1.5m, Maximum Value: GDP5m - maximum number of Contractors: 5. Powys and Ceredigion County Councils and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion are the only Participating Authorities who may use this Lot.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1)
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 2
Lot 2 |
1)
|
Short Description
Lot 2: Minimum Value: GDP1.5m, Maximum Value: GDP3m - maximum number of Contractors: 10
Powys and Ceredigion County Councils and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may NOT use this Lot
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 3
Lot 3 |
1)
|
Short Description
Lot 3: Minimum Value: GDP3m, Maximum Value: GDP5m - maximum number of Contractors: 5.
Powys and Ceredigion County Councils and other Participating Authorities seeking to award a contract to be performed in Powys or Ceredigion may NOT use this Lot
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 4
Lot 4 |
1)
|
Short Description
Lot 4: Minimum Value: GDP5m, Maximum Value: GDP10m - maximum number of Contractors: 5.
All Participating Authorities may use this Lot.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 5
Lot 5 |
1)
|
Short Description
Lot 5: Minimum Value: GDP10m, Maximum Value: GDP25m - maximum number of Contractors: 5.
All Participating Authorities may use this Lot.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 6
Lot 6 |
1)
|
Short Description
Lot 6: Minimum Value: GDP25m, Maximum Value: GDP100m - maximum number of Contractors: 5.
All Participating Authorities may use this Lot.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
3)
|
Quantity or scope
The aim of the project is to produce a framework of pre-qualified and suitably experienced contractors which will enable participating authorities to appoint contractors for construction activities in relation to schools and any other public buildings. The contracts allocated under the framework may include refurbishment and/or new build, and may involve single site projects, or groups of sites, including groups involving more than one authority. The contracts will also include opportunities for early contractor involvement and may also wish to incorporate modern methods and off site construction technologies. Continuous improvement, collaboration and measurement by key performance indicators are likely to be features of the framework.
The framework will be divided into lots, to achieve a range of contractor sizes and abilities in keeping with the anticipated range of projects.
Framework Agreements will be awarded in Lots (6no.) . Total estimated spend across all 6 Lots is GDP500 million.
Candidates are limited to expressing an interest in not more than 4 Lots. Lot 1 (Ceredigion and Powys) does not count towards the 4 Lots, therefore candidates may apply to be selected to tender for up to 4 Lots plus Lot 1. Candidates must specify in their PQQ responses which Lots they wish to be selected to bid for. Bidders will be selected to tender for a maximum of 4 Lots (plus Lot 1) and may be appointed to a maximum of 4 Lots (plus Lot 1).
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|