Contract notice

Information

Published

Expire date: 25/07/2022

External Reference: 2022-557402

FTS Reference: 2022-017315

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Berneslai Homes Limited
GB804087152
10th Floor Gateway Plaza
Barnsley
S70 2RD
UK
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48267&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Groundworks Framework
Reference number:  Construction Services
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

A framework for the supply of all labour, plant and materials to carry out Groundworks to the social housing stock and Council owned premises across the Borough of Barnsley. Lot 1 – Water Upgrades Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls Lot 3 – Substructure, Drainage, ASHP Works The works may be in connection with any of the following: As part of Adaptation Works, Scheme Works, Programmed Repairs or Planned Replacements, Capital Improvement Works and Private Sector Housing Stock
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 – Water Service Upgrades
Lot No:  1
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Main site or place of performance:  
Barnsley
II.2.4)

Description of the procurement

This invitation to tender is open to all suitably experienced organisations who are NRSWA accredited.
The framework has been divided into 3 lots and companies may apply for one, two or all three lots:-
Lot 1 – Water Service Upgrades
Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls
Lot 3 – Substructure, Drainage, ASHP Works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls
Lot No:  2
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Main site or place of performance:  
Barnsley
II.2.4)

Description of the procurement

This invitation to tender is open to all suitably experienced organisations who are NRSWA accredited.
The framework has been divided into 3 lots and companies may apply for one, two or all three lots:-
Lot 1 – Water Service Upgrades
Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls
Lot 3 – Substructure, Drainage, ASHP Works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3 – Substructure, Drainage, ASHP Works.
Lot No:  3
II.2.2)

Additional CPV code(s)

45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Main site or place of performance:  
Barnsley
II.2.4)

Description of the procurement

This invitation to tender is open to all suitably experienced organisations who are NRSWA accredited.
The framework has been divided into 3 lots and companies may apply for one, two or all three lots:-
Lot 1 – Water Service Upgrades
Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls
Lot 3 – Substructure, Drainage, ASHP Works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.8)

Information about the 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:  25/07/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  25/07/2022
Local time:  12:00
Information about authorised persons and opening procedure:  
Contract procedure rules will be followed and the tenders will be opened through the electronic eTendering portal

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
The Strand
London
WC2A 2LL
UK