Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Yorkshire Housing Ltd.
Dysons Chambers, 12-14 Briggate
Contact point(s): dba Management Consultancy Ltd.
For the attention of: Tony Jervis
LS1 6ER Leeds
UNITED KINGDOM
Telephone: +44 1302719919
E-mail:
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 authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Yorkshire Housing Ltd- Contractor Framework Partners -as detailed in Section II.1.5
Dysons Chambers 12-14 Briggate,Leeds LS1 6ER
LS1 6ER Leeds
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Yorkshire Housing Ltd.- Contractor Framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: Yorkshire and the Humber (UKE).
NUTS code
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s)Yorkshire Housing(YH) is a Housing Association and a Registered Provider (RP)with the Homes and Communities Agency.YH will be the prime contracting party alongside, from time to time, others, including all of its subsidiaries and /or any joint ventures vehicle in which they may have an interest. This framework will be available for use by the following UK public sector bodies in the Yorkshire and Humber Region(and any successors to these organisations): Local Authorities, Registered Providers / Housing Associations, Almshouses, Local Asset Backed Vehicles or Asset Investment Vehicles (between a body listed and any private sector partner) together with their subsidiaries, successors and/or any joint venture vehicle in which they may have an interest.
These may also,from time to time,be the contracting party.
YH is seeking to establish two multiple supplier framework agreements to deliver a number of types of building contracts as follows:
Lot 1 -Construction Works -Medium -GBP 450k to GBP 3m
Lot 2 -Construction Works -Large -GBP 3m and above
Contractors are able to apply for one or both Lots.When responding to this notice contractors must specify in which Lot, or Lots, they have an interest.
II.1.6)Common procurement vocabulary (CPV)45211300, 45211340, 45211100, 45211200, 45211000, 45215212, 45215213, 45215214, 45211341, 45000000, 45100000, 45110000, 45111000, 45210000, 45260000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The value of the construction works estimated to be undertaken during the period covering the Framework Agreement (both Lots in total) is up to approximately GBP 100m from Yorkshire Housing and up to GBP 200m in total dependent upon the scale,volume and level of participation from other potential contracting partners.
Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Construction Works Medium -GBP 450k-GBP 3m1)Short descriptionThis Lot will consist of contracts for works between the value of approximately GBP 450k and GBP 3m in the Yorkshire and Humber area.
2)Common procurement vocabulary (CPV)45211300, 45211340, 45211100, 45211200, 45211000, 45215212, 45215213, 45215214, 45211341, 45000000, 45100000, 45110000, 45111000, 45210000, 45260000
3)Quantity or scopeEstimated value excluding VAT:
Range: between 25 000 000 and 100 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Construction Works Large -GBP 3m and over1)Short descriptionThis Lot will consist of works with a value of GBP 3m and over in the Yorkshire and Humber region.
2)Common procurement vocabulary (CPV)45000000, 45100000, 45110000, 45111000, 45210000, 45260000, 45211300, 45211340, 45211100, 45211200, 45211000, 45215212, 45215213, 45215214, 45211341
3)Quantity or scopeEstimated value excluding VAT:
Range: between 25 000 000 and 100 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:A perfomance guarantee from a bank/bondsman will be required. The deposits, warranties , guarantees or bonds required by the authorities will be set out in the framework contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:The terms concerning financing and payment will be set out in the framework contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Conditions relating to the performance of contracts will be applied in the following areas:
- Contractors will be subject to monitoring of their perfomance for the the delivery of contracts through the framework via a suite of KPIs;.
- Contractors will be required to participate and contribute to apprenticeship schemes and training initiatives;
- Contractors will be required to make a charitable donation being a percentage of individual contract sums awarded , this money to be used for the alleviation of hardship amongst tenants as set out in the framework contract;
- Contractors will be expected to pay subcontractors and suppliers within 30 days of being invoiced;
- Contractors must decalre any potential conflicts of interest as required under Schedule1 of the Housing Act 1996.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Applicants will be required to compete a pre-qualificiation questionnaire consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations (as amended). The completed PQQ must be returned by the date specified in Section IV.3.4
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regualtions ( as amended).The completed PQQ must be returned by the date specified in Section IV.3.4.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regualtions ( as amended).The completed PQQ must be returned by the date specified in Section IV.3.4.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 12: and maximum number 24
Objective criteria for choosing the limited number of candidates: The pre-qualification questionnaire sets out the objective criteria to be used in selecting candidates to be invited to tender based on the highest performing responses.It is expected that 14 economic operators for each Lot will be invited to tender and that up to 12 operators will be appointed for each Lot.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.3.2014 - 09:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresYorkshire Housing Ltd
Dyson's Chambers 12-14 Briggate
LS1 6ER Leeds
UNITED KINGDOM
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Yorkshire Housing will incorporate a minimum 15 calendar day standstill period. The Public Contract Regulations 2006 (S1 2006 No 5) as amended provide for aggrieved parties who have been harmed or are at risk from harm by a breach of the rules to take action in the High Court( England, Wales and Northern Ireland).Any such action must be brought witihn 30 days. Where a contract has not been entered into the Courtmay order the setting aside of the award decision or order the authorites to amend any document and may award damages. In certian circumstances the remedy of ineffectiveness is available and/or penalties may be imposed by the Court.
VI.4.3)Service from which information about the lodging of appeals may be obtainedYorkshire Housing Ltd.
Dyson's Chambers 12-14 Briggate
LS1 6ER Leeds
UNITED KINGDOM
VI.5)Date of dispatch of this notice:24.1.2014