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)
Telephone
+44 345345345
Fax
+44 345345454
Country
United Kingdom
National registration number
123456123
Internet address(es)
General address of the contracting authority/entity
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
Further information
Further Information
Street 12
London
12323
Contact
FTS_buyer1 FTS_buyer1
For the attention of
FTS_buyer1 FTS_buyer1
Email(s)
Telephone
+44 2423423
Fax
+44 234234234
Country
United Kingdom
National registration number
123123123
Internet address
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)
Telephone
+44 2423424
Fax
+44 242423434
Country
United Kingdom
National registration number
123123123
Internet address
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)
Telephone
+44 242343243
Fax
+44 234324234
Country
United Kingdom
National registration number
123123123
Internet address
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)
Telephone
+44 234234234
Fax
+44 234234324
Country
United Kingdom
Internet address
six.4.1) Body responsible for mediation procedures
Mediation Body
Street 345
Street 234
12323
National ID
1231313
Email(s)
Telephone
+44 2424234
Fax
+44 234234324
Country
United Kingdom
Internet address
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)
Telephone
+44 24324324
Fax
+44 2342343
Country
United Kingdom