Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

YORcivil Major Works 2 Contractors Framework Agreement

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e360
Published by:
Sheffield City Council
Authority ID:
AA20966
Publication date:
12 March 2025
Deadline date:
12 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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, coastal 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. It is envisaged that 8 contractors will be appointed to this framework

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Sheffield City Council

Town Hall, Pinstone Street

Sheffield

S1 2HH

UK

E-mail: info@yorhub.com

NUTS: UKE32

Internet address(es)

Main address: www.sheffield.gov.uk

Address of the buyer profile: https://yortender.eu-supply.com/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://yortender.eu-supply.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://yortender.eu-supply.com/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

YORcivil Major Works 2 Contractors Framework Agreement

Reference number: CM188

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

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, coastal 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. It is envisaged that 8 contractors will be appointed to this framework

II.1.5) Estimated total value

Value excluding VAT: 1 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45100000

45200000

45300000

45400000

71000000

II.2.3) Place of performance

NUTS code:

UKE

UKF1


Main site or 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), coastal works, 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 affected 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. It is envisaged that 8 contractors will be appointed to this framework.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The framework has an initial term of 48 months and 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, the Construction Playbook and Construction Innovation.

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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As set out in the procurement documentation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Warranties, bonds and/or parent company guarantees or similar may be required. Collateral Warranties may be required. As set out in the framework tender documentation.

Works will generally be funded through public funds and grants. As set out in the framework tender documentation.

In the event of a group bid each company or firm in the bid will be jointly and severally responsible for the due performance of the contract. Detailed requirements are set out in the framework tender documentation

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/05/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 09/10/2025

IV.2.7) Conditions for opening of tenders

Date: 12/05/2025

Local time: 13:00

Place:

County Hall

Beverley

HU17 9BA

Information about authorised persons and opening procedure:

Authorised officers of the contracting authority.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Tender documentation is available only through the YORtender system at https://yortender.eu-supply.com/.

Please follow the link to register interest using the project reference no. CM188. All queries/ communications must be made via the YORtender messaging function within project reference no. CM188.

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, the North East (England), Lincolnshire,

Nottinghamshire, Derbyshire 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. Details are available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm and in Volume 1 of the Framework Documents

- 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/

www.neupc.ac.uk/our-members

http://www.schoolswebdirectory.co.uk/

https://www.gov.uk/school-performance-tables

https://www.ukri.org/

- National Park Authorities https://www.nationalparks.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

- Ambulance Services https://aace.org.uk/

- NHS Bodies England: https://www.nhs.uk/nhs-services/

https://www.nhsbsa.nhs.uk/sicbls-icbs-and-other-providers/organisation-and-prescriberchanges/sub-icb-locations

https://www.nhs.uk/Service-Search/other-services/AreaTeam/LocationSearch/1839

https://www.gov.uk/government/publications/health-and-care-bill-factsheets/health-andcare-

bill-special-health-authority-time-limits

- Hospices in the UK: https://www.hospiceuk.org/about-hospice-care/find-a-hospice

- Third Sector and Charities in the United Kingdom:

https://register-of-charities.charitycommission.gov.uk/en/

http://www.oscr.org.uk/

- Citizens Advice: https://www.citizensadvice.org.uk/

- Projects commissioned by Local Enterprise Partnerships (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: https://www.urbantransportgroup.org/members

- 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.

All financial values stated in this notice do not include VAT.

VI.4) Procedures for review

VI.4.1) Review body

Sheffield City Council

Sheffield

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Sheffield City Council will incorporate a standstill period at the point information on the award of the framework is communicated to tenderers. The 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 framework 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

18/02/2025

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45100000 Site preparation work Construction work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
info@yorhub.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.