Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Staffordshire Place 1, Tipping Street,
Stafford
ST16 2DH
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
https://www.staffordshire.gov.uk/Homepage.aspx
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Cannock Chase District Council
28 Beecroft Road
Cannock
WS11 1BG
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
https://www.cannockchasedc.gov.uk/
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
South Staffordshire Council
Wolverhampton Road, Codsall
South Staffordshire
WV8 1PX
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Stafford Borough Council
Riverside, Civic Centre,
Stafford
ST16 3AQ
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
https://www.staffordbc.gov.uk/
Buyer's address
https://supplierlive.proactisp2p.com
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com
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
IA2606 Framework Agreement to Supply and Installation of New and Repair of existing Fences
Reference number
IA2606
two.1.2) Main CPV code
- 45340000 - Fencing, railing and safety equipment installation work
two.1.3) Type of contract
Works
two.1.4) Short description
A Framework Agreement to deploy the supply and installation of new fencing; repair existing fencing; and perform any associated fencing services. Tasks may also include the removal of existing fences, the cutting back of hedges and the installation of complimentary gates. The framework is to provide the Contracting Authority with an agreed schedule of work rates. Please refer to the procurement documentation for the full specification.
The top 3 scoring and compliant tenderers/providers were appointed to this Framework.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34928200 - Fences
- 34928220 - Fencing components
- 44144000 - Posts
- 44231000 - Made-up fencing panels
- 45341000 - Erection of railings
- 45342000 - Erection of fencing
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Staffordshire
The framework has been left open for other Customers to manage and award their own call-off awards.
two.2.4) Description of the procurement
A Framework Agreement to deploy the supply and installation of new fencing; repair existing fencing; and perform any associated fencing services. Tasks may also include the removal of existing fences, the cutting back of hedges and the installation of complimentary gates. The framework is to provide the Contracting Authority with an agreed schedule of work rates. Refer to the procurement documentation for the full specification.
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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
It is envisaged that contract advert notices for the next Framework Agreement may be placed within the next 2 or 3 years. This cannot be guaranteed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Envisaged Framework Agreement duration 01.10.2022 to 30.09.2025 with an additional option to extend by 1 year to 30.09.2026, i.e. framework agreement to have a 3 years plus 1 extension year format
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The tender opportunity will be undertaken through the Authority's e-tendering system 'Proactis' https://supplierlive.proactisp2p.com.
Please do not contact the Buyer direct.
Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA2606.
Any questions regarding this opportunity should go through the 'message function'.
Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:
1. To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement (‘SSIP’). For more information refer to the link https://ssip.org.uk/members/#
2. Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of ‘SILVER’) or other equivalent bodies, offer such a service.
Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above
Note 2 - where brand names are mentioned, the Authority will consider equivalents
Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award
3. PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).
4. Principal Contractor - EXEMPTIONS can be provided i.e SSIP. Please view the ITT Questionnaire for full details.
5. PAS91 O1. Equal Opportunity and Diversity Policy and Capability - EXEMPTIONS can be provided i.e Constructionline Gold. Please view the ITT Questionnaire for full details.
6. PAS91 O2. Environmental Management Policy and Capability - EXEMPTIONS can be provided i.e BS EN ISO 14001. Please view the ITT Questionnaire for full details.
7. PAS91 O3. Quality Management Policy and Capability - EXEMPTIONS can be provided i.e BS EN ISO 9001. Please view the ITT Questionnaire for full details.
8. Any personnel utilised on this contract must have an Enhanced DBS check
PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAIL
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: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
25 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
25 May 2022
Local time
12:30pm
Place
Staffordshire County Council
Information about authorised persons and opening procedure
Limited to members of Staffordshire County Council.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk
This procurement is for a Framework Agreement between the appointed providers(s) and the Contracting Authority, to supply predominately services on an ad-hoc call-off basis, as and when required.
The Contracting Authority or its public sector partners/Customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide.
There is no commitment at the time of tendering from any parties outside of the Contracting Authority and this should be taken into consideration when bidding.
All framework management, post-tender, will be in accordance with the Public Contracts Regulations 2015. The call-off orders will be allocated by terms laid down in the framework. Please see the tender documentation for further details.
The Contracting Authority also reserves the right to operate a public tender or quotations outside of the framework where so required. As part of the Governments National Procurement Strategy, collaborative working and supporting other Authorities now forms part of the Contracting Authority's procurement remit. This agreement may be made available to other Contracting Authorities including without limitation Councils and Public Bodies within Staffordshire and neighboring geographical areas as prescribed by the NUTS codes in this notice. These will include Health and NHS Bodies, Local Authorities, Contracting Authorities, any other Government Department,
Defence, Police and Emergency Services, Metropolitan / District Councils, Utilities, Educational Establishments, and Utilities, including the Contracting Authorities named in this notice. These organisations will be afforded third party rights or be named as beneficiaries under the contract or contracts where appropriate.
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Staffordshire Place 1, Tipping Street,
Stafford
ST16 2DH
Country
United Kingdom