Cirrus Consortium Materials Supply Framework 2023 (Ангилья - Тендер #40943184) | ||
| ||
| 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: Sell2Wales – Government´s Initiative |
||
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 procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe 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
Other: Central purchasing body
I.5) Main activityOther: Central purchasing body
Section II: Object II.1) Scope of the procurement II.1.1) TitleCirrus Consortium Materials Supply Framework 2023
Reference number: Cirrus Consortium 0007
II.1.2) Main CPV code44100000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThe 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 valueValue excluding VAT: 750 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleManaged Services
II.2.2) Additional CPV code(s)44100000
II.2.3) Place of performanceNUTS 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 procurementA 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4
Lot No: 2
II.2.1) TitleGeneral building materials
II.2.2) Additional CPV code(s)44100000
II.2.3) Place of performanceNUTS 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 procurementGeneral building materials including but not limited to lightside and heavyside products, timber, tools and associated supply services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4
Lot No: 3
II.2.1) TitlePlumbing and heating materials
II.2.2) Additional CPV code(s)44115200
II.2.3) Place of performanceNUTS 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 procurementPlumbing 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4
Lot No: 4
II.2.1) TitleElectrical materials
II.2.2) Additional CPV code(s)31680000
II.2.3) Place of performanceNUTS 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 procurementElectrical materials supply including but not limited to accessories, cabling and other electrical components and associated supply services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4
Lot No: 5
II.2.1) TitleHighways and civil materials
II.2.2) Additional CPV code(s)44113000
II.2.3) Place of performanceNUTS 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 procurementHighway/civil construction and maintenance materials and associated supply services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4
Lot No: 6
II.2.1) TitlePainting and decorating supplies
II.2.2) Additional CPV code(s)39190000
44800000
II.2.3) Place of performanceNUTS 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 procurementPainting and decorating supplies and associated supply services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/D62B3DM4P4
Lot No: 7
II.2.1) TitleTool and plant hire
II.2.2) Additional CPV code(s)43000000
44212310
44510000
II.2.3) Place of performanceNUTS 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 procurementTool and plant hire.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 750 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationTo 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 registersList 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 standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe 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 auctionAn 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 participateDate: 22/05/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 22/05/2023
Local time: 12:01
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
Estimated timing for further notices to be published:
2027
VI.3) Additional informationTender 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 bodyRoyal Courts of Justice
London
WC2A 2LL
UK
VI.4.3) Review procedurePrecise 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 notice19/04/2023
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 |
| 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 |
| ID | Description |
|---|---|
| 100 | UK - All |
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. |