Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ангильи


Cirrus Consortium Materials Supply Framework 2023 (Ангилья - Тендер #40943184)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ангилья (другие тендеры и закупки Ангилья)
Организатор тендера: Sell2Wales – Government´s Initiative
Номер конкурса: 40943184
Дата публикации: 20-04-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  • Contract notice Section I: Contracting authority I.1) Name and addresses

Cirrus Consortium C/O Grand Union Housing Group

7853

Grand Union Housing Group, K2, Timbold Drive

Kents Hill, Milton Keynes

MK7 6BZ

UK

Contact person: Claire Paton

E-mail: tenders@cirruspurchasing.co.uk

NUTS: UK

Internet address(es)

Main address: https://guhg.co.uk/

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://www.delta-esourcing.com/respond/D62B3DM4P4


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/respond/D62B3DM4P4


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Central purchasing body

I.5) Main activity

Other: Central purchasing body

Section II: Object II.1) Scope of the procurement II.1.1) Title

Cirrus Consortium Materials Supply Framework 2023

Reference number: Cirrus Consortium 0007

II.1.2) Main CPV code

44100000

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Cirrus Consortium is a procurement consortium with members including Registered Providers of Social Housing, Local Authorities, ALMOs and NHS Trusts. The Consortium is seeking to establish a new framework of multiple suppliers for the supply of building materials and associated services to replace the existing and highly successful materials framework.

The Consortium is seeking bids for the following lots:

- Lot 1: Managed Services

- Lot 2: General building materials

- Lot 3: Plumbing and heating materials (including gas spares and renewables)

- Lot 4: Electrical materials

- Lot 5: Highways and civil materials

- Lot 6: Painting and decorating supplies

- Lot 7: Tool and plant hire

The outcome of the tender process will be a 4 year Framework Agreement expected to commence during June 2023. It is envisaged that the final framework will be awarded to approximately 7 suppliers for Lot 1: Managed Services and 12 suppliers per lot for all other lots.

II.1.5) Estimated total value

Value excluding VAT: 750 000 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Managed Services

II.2.2) Additional CPV code(s)

44100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

A managed services solution is usually a bespoke arrangement supplying a wide-ranging provision of building materials to a client. The relationship most commonly involves a single supplier route where the merchant supplies all building materials that may be required by the client. The core service could be delivered through one, or a combination of the delivery methods listed in the service specification above, although alternative solutions can also be supported.

Additional services the merchant may provide to a client through a managed services solution may include, but are not limited to:

- Direct integration with client IT systems

- Dedicated stock holding

- Van stock management

- Provision of welfare facilities for use by client staff

- Out of hours materials provision

- Dedicated account management

- Key performance indicator and service level agreement monitoring

- Training

- Waste management facilities and other ancillary services

- Factoring items from third party suppliers

Merchants providing a managed service solution will be required to provide a comprehensively supply of materials covering all categories named in lots 2, 3 and 4. Consortium members, may require a wider range of materials including, but not limited to, general building materials, plumbing and heating materials, electrical materials, highways materials, painting and decorating supplies, tool and plant (purchase or hire), kitchen materials and renewables.

It is a minimum requirement for lot 1 that bidders must have experience of providing a minimum of 2 managed service contracts for contracting authorities within the last 3 years.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Lot No: 2

II.2.1) Title

General building materials

II.2.2) Additional CPV code(s)

44100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

General building materials including but not limited to lightside and heavyside products, timber, tools and associated supply services.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Lot No: 3

II.2.1) Title

Plumbing and heating materials

II.2.2) Additional CPV code(s)

44115200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

Plumbing and Heating materials including but not limited to plumbing consumables, drainage, sanitaryware, boilers and central heating parts, gas spares and renewables and associated supply services.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Lot No: 4

II.2.1) Title

Electrical materials

II.2.2) Additional CPV code(s)

31680000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

Electrical materials supply including but not limited to accessories, cabling and other electrical components and associated supply services.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Lot No: 5

II.2.1) Title

Highways and civil materials

II.2.2) Additional CPV code(s)

44113000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

Highway/civil construction and maintenance materials and associated supply services.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Lot No: 6

II.2.1) Title

Painting and decorating supplies

II.2.2) Additional CPV code(s)

39190000

44800000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

Painting and decorating supplies and associated supply services.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Lot No: 7

II.2.1) Title

Tool and plant hire

II.2.2) Additional CPV code(s)

43000000

44212310

44510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement

Tool and plant hire.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 750 000 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will be re-tendered to ensure sufficient coverage for the consortium members.

II.2.9) Information about the limits on the number of candidates to be invited 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.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

List and brief description of conditions:

Any supplier may be disqualified who has been convicted of:

(a) conspiracy within the meaning of Section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

(b) corruption within the meaning of Section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or Section 1 of the Prevention of Corruption Act 1906(e),

(c) the common law offence of bribery;

(d) bribery within the meaning of Sections 1, 2 or 6 of the Bribery Act 2010(f), or Section 113 of the Representation of the People Act 1983(g);

(e) where the offence relates to fraud affecting the European Communities" financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):

(i) the common law offence of cheating the Revenue;

(ii) the common law offence of conspiracy to defraud;

(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);

(iv) fraudulent trading within the meaning of Section 458 of the Companies Act 1985(m), Article 451 of the Companies (Northern Ireland) Order 1986(n) or Section 993 of the Companies Act 2006(o);

(v) fraudulent evasion within the meaning of Section 170 of the Customs and Excise Management Act 1979(p) or Section 72 of the Value-Added Tax Act 1994(q);

(vi) an offence in connection with taxation in the European Union within the meaning of Section 71 of the Criminal Justice Act 1993(r);

(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of Section 20 of the Theft Act 1968(s) or Section 19 of the Theft Act (Northern Ireland) 1969(t);

(viii) fraud within the meaning of Section 2, 3 or 4 of the Fraud Act 2006(u); or

(ix) the possession of articles for use in frauds within the meaning of Section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of Section 7 of that Act;

(f) any offence listed:

(i) in Section 41 of the Counter Terrorism Act 2008(a); or

(ii) in Schedule 2 to that act where the court has determined that there is a terrorist connection;

(g) any offence under Sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of Sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

(i) an offence in connection with the proceeds of criminal conduct within the meaning of Section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);

(j) an offence under Section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f));

(k) an offence under Section 59A of the Sexual Offences Act 2003(g);

(l) an offence under Section 71 of the Coroners and Justice Act 2009(h);

(m) an offence in connection with the proceeds of drug trafficking within the meaning of Section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:

(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or

(ii) created, after the day on which these regulations were made, in the law of England and Wales or Northern Ireland.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 79

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

An electronic auction will not be used as part of selection onto the Framework Agreement. However Consortium Members reserve the right to conduct mini-competitions through e-auctions.

IV.1.8) Information about 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: 22/05/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: 22/05/2023

Local time: 12:01

Section VI: Complementary information VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2027

VI.3) Additional information

Tender documents must be accessed through the Delta eTender system. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to, the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

Please see the tender documents for further information on framework requirements and tender evaluation criteria.

VI.4) Procedures for review VI.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

19/04/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: tenders@cirruspurchasing.co.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a
Commodity Categories Commodity Categories
ID Title Parent Category
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
31680000 Electrical supplies and accessories Electrical equipment and apparatus
43000000 Machinery for mining, quarrying, construction equipment Technology and Equipment
44800000 Paints, varnishes and mastics Construction structures and materials; auxiliary products to construction (except electric apparatus
44115200 Plumbing and heating materials Building fittings
44113000 Road-construction materials Construction materials
44212310 Scaffolding Structural products and parts except prefabricated buildings
44510000 Tools Tools, locks, keys, hinges, fasteners, chain and springs
39190000 Wallpaper and other coverings Furniture

Delivery Locations Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Ангилья

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru