Tender

FTS F17 Works (Restricted)

  • FTS Buyer
  • Contracting entity

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2020/S 000-000688

Procurement identifier (OCID): ocds-h6vhtk-003664-integration

Published 9 December 2020, 9:37am



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

FTS Buyer

Street 12

London

12323

Contact

FTS_buyer1 FTS_buyer1

For the attention of

FTS_buyer1 FTS_buyer1

Email(s)

karen.aab@eu-supply.com

Telephone

+44 345345345

Fax

+44 345345454

Country

United Kingdom

National registration number

123456123

Internet address(es)

General address of the contracting authority/entity

https://general.com

Address of the buyer profile

https://test.eu-supply.com/ctm/Supplier/CompanyInformation/Index/7577

Electronic access to information

https://test.eu-supply.com/ctm/Supplier/Notice/39727

Electronic submission of tenders and requests to participate

https://tendersubmission.com

Further information

Further Information

Street 12

London

12323

Contact

FTS_buyer1 FTS_buyer1

For the attention of

FTS_buyer1 FTS_buyer1

Email(s)

mail@mail.com

Telephone

+44 2423423

Fax

+44 234234234

Country

United Kingdom

National registration number

123123123

Internet address

https://furtherinfo.com

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

Documents From

Street 12

London

12323

Contact

FTS_buyer1 FTS_buyer1

For the attention of

FTS_buyer1 FTS_buyer1

Email(s)

mail@mail.com

Telephone

+44 2423424

Fax

+44 242423434

Country

United Kingdom

National registration number

123123123

Internet address

https://documentsfrom.com

Tenders or requests to participate must be sent to

Tender Requests

Street 567

London

23423

Contact

FTS_buyer1 FTS_buyer1

For the attention of

FTS_buyer1 FTS_buyer1

Email(s)

mail@mail.com

Telephone

+44 242343243

Fax

+44 234324234

Country

United Kingdom

National registration number

123123123

Internet address

https://tender.com

one.2) Type of the contracting authority

Regional or local Agency/Office

one.3) Main activity

Economic and financial affairs

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

Yes

Name, addresses and contact point(s)

Contracting entity

Street 12

London

12323

Country

United Kingdom

National registration number

123123123


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

FTS F17 Works (Restricted)

two.1.2) Type of contract and location of works, place of delivery or of performance

Works

Design and execution

Execution

Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities/entities

Main site or location of works, place of delivery or of performance

London

NUTS code

  • UK - United Kingdom

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

two.1.4) Information on framework agreement

Framework agreement with several operators

Number of participants to the framework agreement envisaged: 2

Duration of the framework agreement

Duration in years: 8

Justification for a framework agreement, the duration of which exceeds seven years

Justification

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

£50,000

Frequency and value of the contracts to be awarded: Frequency and value of the contracts to be awarded

two.1.5) Short description of the contract or purchase(s)

Desc

two.1.6) Common procurement vocabulary (CPV)

  • 45000000 - Construction work

Additional CPV code(s)

  • 45100000 - Site preparation work

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

The successful tenderer is obliged to subcontract the following share of the contract: minimum percentage: 20(%) maximum percentage: 30(%) of the value of the contract

The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified

two.1.8) Lots

This contract is divided into lots: Yes

Tenders may be submitted for one or more lots

two.1.9) Information about variants

Variants will be accepted: Yes

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

Desc

Estimated value excluding VAT:

£12,000

two.2.2) Information about options

Options: Yes

Description of these options: Options

Provisional timetable for recourse to these options:

In months: 50 (from the award of the contract)

two.2.3) Information about renewals

This contract is subject to renewal: Yes

Number of possible renewals: 1

In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:

In months: 50 (from the award of the contract)

two.3) Duration of the contract or time limit for completion

Start date: 1 December 2021

End date: 1 December 2024

Information about lots

Lot No

1

Lot title

Lot 1 title

1) Short description

Desc lot1

2) Common procurement vocabulary (CPV)

  • 45000000 - Construction work

CPV additional

  • 45100000 - Site preparation work

3) Quantity or scope

Quantity desc

Estimated value excluding VAT

£6,000

4) Indication about different date for duration of contract or starting/completion

Start date: 1 December 2021

End date: 1 December 2024

5) Additional information about lots

Additional info

Lot No

2

Lot title

Lot 2 title

1) Short description

Desc

2) Common procurement vocabulary (CPV)

  • 45000000 - Construction work

CPV additional

  • 45100000 - Site preparation work

Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

Deposits and guarantees required (if applicable)

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 17 December 2020

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers (if applicable)

Information and formalities necessary for evaluating if the requirements are met:

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required (if applicable)

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection) (if applicable)

Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required (if applicable

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required (if applicable)

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection) (if applicable)

Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required (if applicable)

three.2.4) Information about reserved contracts

The contract is restricted to sheltered workshops

The execution of the contract is restricted to the framework of sheltered employment programmes

three.3) Conditions specific to services contracts

three.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: reference to laws

three.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: Yes


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 2

Objective criteria for choosing the limited number of candidates: Criteria desc

four.2) Award criteria

four.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. criteria1. Weighting 25

2. criteria2. Weighting 75

four.2.2) Information about electronic auction

An electronic auction has been used: yes

Additional information about electronic auction: Electronic auction

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

FTS

four.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number: 2020/S 123-123123 of 3 November 2020

Other previous publications

no

four.3.4) Time limit for receipt of tenders or requests to participate

15 January 2021 - 12:00pm

four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

31 January 2021

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Recurrance

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: Yes

Reference to project(s) and/or programme(s): EU project

six.3) Additional information

Additional information

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Appeal Body

Street 12

London

12323

National ID

123123123

Email(s)

mail@mail.com

Telephone

+44 234234234

Fax

+44 234234324

Country

United Kingdom

Internet address

https://url.com

six.4.1) Body responsible for mediation procedures

Mediation Body

Street 345

Street 234

12323

National ID

1231313

Email(s)

mail@mail.com

Telephone

+44 2424234

Fax

+44 234234324

Country

United Kingdom

Internet address

https://url.com

six.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Lodging of appeals

six.4.3) Service from which information about the lodging of appeals may be obtained

Service

Street 123

London

12323

National ID

123123123

Email(s)

mail@mail.com

Telephone

+44 24324324

Fax

+44 2342343

Country

United Kingdom

Internet address

https://url.com