Section one: Contracting authority
one.1) Name and addresses
East Riding of Yorkshire Council
County Hall, Cross Street,
Beverley
HU17 9BA
Contact
Phil Henderson
philip.henderson@eastriding.gov.uk
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
National registration number
GB 647 4711 23
Internet address(es)
Main address
https://www.eastriding.gov.uk/
Buyer's address
https://ukstage.eu-supply.com/ctm/Company/CompanyInformation/Index/1826
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ukstage.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15921&B=YOR
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ukstage.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15921&B=YOR
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YORbuild2
Reference number
CM109
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The YORbuild2 Contractors Framework Agreements replace the original YORbuild Contractors Framework Agreements.
The framework agreements are for Construction works, including Contractors design when required. The works involved are principally building work and new housing but some civil engineering works may also be included.
The framework agreements are being set up primarily to serve the Yorkshire and Humber region (split geographically between North, East, South and West areas). The frameworks coverage also extends across a number of areas comprising North East of England, Lincolnshire, Nottinghamshire and Derbyshire as detailed within the Pre-Qualification Information Memorandum.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
YORbuild2
Lot No
1
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
The YORbuild2 Contractors Framework Agreements replace the original YORbuild Contractors Framework Agreements.
The framework agreements are for Construction works, including Contractors design when required. The works involved are principally building work and new housing but some civil engineering works may also be included.
The framework agreements are being set up primarily to serve the Yorkshire and Humber region (split geographically between North, East, South and West areas). The frameworks coverage also extends across a number of areas comprising North East of England, Lincolnshire, Nottinghamshire and Derbyshire as detailed within the Pre-Qualification Information Memorandum.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 November 2021
End date
21 November 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 November 2021
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 22 November 2021
four.2.7) Conditions for opening of tenders
Date
9 November 2021
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
ERYC
Beverley
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
ERYC
Beverley
Country
United Kingdom