CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 234-427163/EN)
Nature of contract: Public works contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
East Riding of Yorkshire Council
Infrastructure and Facilities, Environment and Neighourhood Services, County Hall
Beverley
Postal code: HU17 9BA
United Kingdom
Internet Address(es):
General address of the contracting authority: www.eastriding.gov.uk
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
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:
Regional or local authority
I.3) Main activity: General public services,Public order and saftey,Environment,Economic and financial affairs,Health,Housing and community amenities,Social protection,Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
refer to II.2.1) and VI.3)

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
YORcivil2 North and East Area Contractors Framework Agreement.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Works
Realisation of requirements specified by the contracting authority(s)
Nuts code: UKE, UKC
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 44
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 324 000 000 GBP
II.1.5) Short description of the specific contract:
A framework agreement for Construction works, including Contractors design when required. The works involved are principally civil engineering works, bridges/structure works, highway surfacing works, flood alleviation works and Coastal works. In addition some building works may also be included. This framework replaces the original YORcivil North and East Area Contractors Framework and builds upon its legacy of partnership and collaborative working. The full list of accessing bodies is detailed within V1.3).
The YORcivil2 North and East area Contractors Framework also covers authorities in the North East of England for lot 6 – Coastal works.
II.1.6) Common procurement vocabulary (CPV): 45000000, 45100000, 45200000, 45300000, 45400000, 71000000, 45233000, 45240000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
This framework agreement is one of two YORcivil2 Framework Agreements, set up primarily to serve the Yorkshire and Humber region (split geographically between North and East, and South and West areas). The frameworks coverage also extends across a number of areas comprising of Nottinghamshire, Derbyshire and the North East of England as detailed within the volume 1 instructions to tender.
The YORcivil2 frameworks have been established to provide all public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes) and third sector organisations in the area of coverage above with access to quality contractors under best practice partnering arrangements. Such access will be subject to approval by the contracting authority.
These public sector bodies include central government departments and their agencies, Non-Departmental Government Bodies, Humber Bridge Board, Bridge Boards, Internal Drainage Boards, NHS bodies, Local Authorities (including County Councils, Unitary Authorities, District (Borough) Councils, Town Councils and Parish Councils), Registered Social Landlords (including Registered providers and Housing Associations) and any other category of Social Landlord, Local Authority Regulated companies (including Arms Length Management Organisations), Combined Authorities, Police Authorities, Fire Authorities (including fire and rescue authorities), other emergency services, Educational Establishments (including Schools maintained by a Local Authority, Academies, City Technology Colleges, the Learning and Skills Council, University Technical Colleges, University Purchasing Consortium, Further Education Establishments and Universities) and Registered Charities. The Framework may be used by non Public Sector organisations to comply with conditions associated with the use of public funds for those specific projects.
It is intended that the Framework Agreement will deliver a significant proportion of the civil engineering construction programmes of these public sector bodies. However, these public sector bodies do not guarantee to award a minimum or indeed any value of work through this Framework Agreement and reserve the right to procure works by other means in relation to specific schemes or programmes of work.
For indicative purposes only the potential estimated workload through the life of the framework agreement is 270 000 000 GBP broken down as shown below.
Lot 1 — General Civil Engineering Works 0 GBP— 500 000 GBP estimated potential workload 7 200 000 GBP;
Lot 2 — General Civil Engineering Works over 500 000 GBP— 4 000 000 GBP estimated potential workload 43 200 000 GBP;
Lot 3 — Civil Engineering Works — over 4 000 000 GBP— 10 000 000 GBPestimated potential workload 67 200 000 GBP;
Lot 4 — Civil Engineering Works — over 10 000 000 GBP estimated potential workload 76 800 000 GBP;
Lot 5 — Surfacing Works estimated potential workload 48 000 000;
Lot 6 — Coastal Works estimated potential workload 81 600 000 including an allowance for Bridlington Harbour works or other possible major projects.
Estimated value excluding VAT:
324 000 000 GBP
II.2.2) Information about options:
Options:yes
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.
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 72 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Civil Engineering Works — 0 GBP — 500 000 GBP
1) Short description: Civil Engineering Works — 0 GBP — 500 000 GBP.
2) Common procurement vocabulary (CPV): 45000000,45100000,45200000,45300000,45400000,71000000
3) Quantity or scope:
Refer to II.2.1).
Estimated value excluding VAT: 7 200 000GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 72 (from the award of the contract)
5) Additional information about lots:
Subject to the technical and financial capability and capacity of applications received it is envisaged that a maximum of 8 Contractors will be appointed to the lot.
Lot No: 2; Lot title: Civil Engineering Works — over 500 000 GBP — 4 000 000 GBP
1) Short description: Civil Engineering Works — over 500 000 GBP — 4 000 000 GBP.
2) Common procurement vocabulary (CPV): 45000000,45100000,45200000,45300000,45400000,71000000
3) Quantity or scope:
Refer to II.2.1.
Estimated value excluding VAT: 42 200 000GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 72 (from the award of the contract)
5) Additional information about lots:
Subject to the technical and financial capability and capacity of applications received it is envisaged that a maximum of 8 Contractors will be appointed to the lot.
Lot No: 3; Lot title: Civil Engineering Works — over 4 000 000 GBP — 10 000 000 GBP
1) Short description: Civil Engineering Works — over 4 000 000 GBP — 10 000 000 GBP.
2) Common procurement vocabulary (CPV): 45000000,45100000,45200000,45300000,45400000,71000000
3) Quantity or scope:
Refer to II.2.1.
Estimated value excluding VAT: 67 200 000GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 72 (from the award of the contract)
5) Additional information about lots:
Subject to the technical and financial capability and capacity of applications received it is envisaged that a maximum of 8 Contractors will be appointed to the lot.
Lot No: 4; Lot title: Civil Engineering Works — over 10 000 000 GBP
1) Short description: Civil Engineering Works — over 10 000 000 GBP.
2) Common procurement vocabulary (CPV): 45000000,45100000,45200000,45300000,45400000,71000000
3) Quantity or scope:
Refer to II.2.1.
Estimated value excluding VAT: 76 800 000GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 72 (from the award of the contract)
5) Additional information about lots:
Subject to the technical and financial capability and capacity of applications received it is envisaged that a maximum of 8 Contractors will be appointed to the lot.
Lot No: 5; Lot title: Surfacing Works
1) Short description: Surfacing Works.
2) Common procurement vocabulary (CPV): 45233000,45000000,45100000,45200000,45300000,45400000,71000000
3) Quantity or scope:
Refer to II.2.1.
Estimated value excluding VAT: 48 000 000GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 72 (from the award of the contract)
5) Additional information about lots:
Subject to the technical and financial capability and capacity of applications received it is envisaged that a maximum of 6 Contractors will be appointed to the lot.
Lot No: 6; Lot title: Coastal Works
1) Short description: Coastal Works.
2) Common procurement vocabulary (CPV): 45240000,45000000,45100000,45200000,45300000,45400000,71000000
3) Quantity or scope:
Refer to II.2.1.
Estimated value excluding VAT: 81 600 000GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 72 (from the award of the contract)
5) Additional information about lots:
Subject to the technical and financial capability and capacity of applications received it is envisaged that a maximum of 6 Contractors will be appointed to the lot.The Estimated value includes for 20 000 000 GBP for the possible inclusion of works to Bridlington Harbour and Marina. This contract may be procured by an alternative route or not let within the period of the framework.

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Warranties, bonds and /or parent company guarantees or similar may be required. Collateral Warranties for design/or construction may be required. As set out in the framework tender documentation.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Works will generally be funded through public funds and grants. As set out in the framework tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the framework tender documentation.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: As set out in the framework tender documentation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: As set out in the framework tender documentation.
Minimum level(s) of standards possibly required: As set out in the framework tender documentation.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As set out in the framework tender documentation.
Minimum level(s) of standards possibly required: As set out in the framework tender documentation.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision:

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
CM122
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:31.01.2017 – 12:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
31.01.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 120 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Yes
VI.3) Additional information
Tender documentation is available only through the YORtender system at
Please follow the link to register interest using the project reference no. CM122. All queries/communications must be made via the YORtender discussions function within project reference no. CM122.
Public sector organisations that may access this framework include (but are not limited to):
— Local Authorities in Yorkshire and Humber, Nottinghamshire, Derbyshire and the North East of England (i.e. a local authority as defined in Regulation 1 and 84(1) of the Local Government Act 2000, Local Authorities include all County, City, District and Borough Councils, and Unitary Authorities. A list of all local authorities is available at: or
— Central Government Department and Agencies
— 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).

— Research Councils:
— National Park Authorities
— Internal Drainage Boards
— Registered Social Landlords (Housing Associations). Registered Providers of Social Housing (as defined in the Housing and Regeneration Act 2008), and as registered with the Home and Communities Agency (or its successor body).
— Police Forces
— Fire and Rescue Services
— NHS Bodies England:

— Hospices in the UK:
— Third Sector and Charities in the United Kingdom:

— Citizens Advice:

— Projects commissioned by Local Enterprise Partnerships (LEP’s);
— 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:
— Humber Bridge Board:
— 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. It further includes successors to those organisations already identified and their subsidiaries.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Refer to VI.4.2)
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:East Riding of Yorkshire 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:
01.12.2016

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking