II.2.2) Cod(au) CPV ychwanegol
44112000
44115000
45100000
45210000
45260000
45300000
45400000
45500000
50700000
71200000
71420000
71500000
71600000
II.2.3) Man cyflawni
Cod NUTS:
UKJ31
UKJ32
UKJ34
UKJ35
UKJ36
UKJ37
Prif safle neu fan cyflawni:
Framework Access
In addition to use on Council assets, the Framework may be used by the Council when undertaking projects on behalf of other public sector clients within South Hampshire and the Isle of Wight. The Framework may also be accessed directly by the following Contracting Authorities -
Portsmouth City Council
• Havant Borough Council
• Fareham Borough Council
• Gosport Borough Council
• University of Portsmouth
• Solent NHS Trust (and its successors)
• Isle of Wight Council
• New Forest District Council
II.2.4) Disgrifiad o’r caffaeliad
The framework agreement is comprised of a primary and secondary tier in order to provide contingency and ongoing competition. Framework rankings and placement in tiers were in accordance with tender evaluation scores achieved at establishment of the framework agreement.
The primary tier is made up of 6 contractors
1. D.M.Habens Ltd
2. Bell Decorating Group
3. A Purkiss Ltd
4. Ian Williams Ltd
5. Novus Property Solutions
6. Dartmouth General Contractors Ltd
The secondary tier is made up of 7 contractors
7. Comserv Uk Ltd
8. Kier Services Ltd
9. Hi-Tech Property Services
10. Mountjoy Ltd
11. Hankinson ltd
12. Etec Contract Services Ltd
13. Vale Southern Construction
The Council may increase the number of contractors on the primary tier over the course of the agreement and may also undertake re-tiering exercises whereby contractors from both tiers will be invited to submit bids which following evaluation will set new rankings and tier allocation.
Unless under exceptional circumstances the Council does not envisage undertaking such an exercise more than once within a 12 month period.
Contractor rankings and tiering may also be affected by performance scores achieved for framework projects. Tier 1 contractors who routinely do not bid for projects and / or who routinely submit uncompetitive bids may be demoted to Tier 2.
Framework Award Procedures and Operation
The framework will allow for award of call off contracts via mini-competition and direct award
against a range of options.
Mini-competitions will generally be run just using the primary tier but may be run across both
tiers for re-tiering exercises, times of reduced capacity and for non-standard works which may include for specialist works, geographical considerations, alternate contracting strategies etc. at the discretion of the Council.
Sifting briefs may be included for within mini-competitions for non-standard works which will establish a specific shortlist for the call off contract or may create a framework sub-lot for the non-standard work type in questions which can be subsequently used for further call offs, whether via mini-competition or direct award.
Direct awards may be made on a ranked basis or repeat work / work expansion basis. Where direct awards are made on a ranked basis this may be on the basis of a single contract award to the highest ranked contractor or multiple contract awards on a sliding scale value / preference basis by contractor rank.
Repeat work direct awards may be made to a contractor who has recently undertaken works of a very similar nature, either for the Council or for any other UK contracting authority. Work expansion direct awards may be made where the contractor is already in contract with the Council and further works are identified which may be brought into the scope of the contract.
Whilst it is anticipated that most call off contracts will be subject to JCT Minor Works or JCT Intermediate terms the full suite of JCT and NEC4 contracts may be utilised. Whilst most works will be let on a fully designed construct only basis contracts may also be let via a range of other strategies including for not limited to 2 stage open book design & build partner contracting, single stage design & build, single stage build only with contractor design portions, etc.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Methodology and Risk Assessment
/ Pwysoliad: 12
Maes prawf ansawdd: Project Programme
/ Pwysoliad: 3
Maes prawf ansawdd: Project Resource
/ Pwysoliad: 5
Maes prawf ansawdd: Quality Assurance
/ Pwysoliad: 10
Maes prawf ansawdd: Social Value
/ Pwysoliad: 10
Maen prawf cost: Project Total Price
/ Pwysoliad: 50
Maen prawf cost: Combined Overhead and Profit %
/ Pwysoliad: 5
Maen prawf cost: Sum of Defined Trades
/ Pwysoliad: 5
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Individual call off contracts may be extended in line with the relevant call off terms used and the direct award provisions set out within the framework agreement.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Included in the tender pack was the Primary Contractor - Framework Overview Document that provides a detailed review of the framework tiering, general operation and performance
measures. The following areas are covered in further detail -
• Historical Usage
• Future Use
• Framework Operation
o Tiering
o Re-tiering of Framework
o Suspension, Barring, Insolvency
o Yearly Review
o Competitive Re-Tiering
o Requirement to bid
o Excessively High Bids
• Awarding Work
• Call-Off Process - Standard Works
• Call Off Process - Non-Standard Works
• Call-Off Process - Direct Award
• Framework Management
• Procurement Compliance
o Accounts
o Insurance
o Quality Assurance Accreditations
o Health and Safety Accreditations
o Social Value
• Contractor Performance
o KPI Scoring
o Use of KPI's - performance monitoring
o Demotion to tier 2
o Expulsion from Framework
o Use of KPI's - tender weighting
• Rebate