Tender

Groundworks Framework

  • Berneslai Homes Limited

F02: Contract notice

Notice identifier: 2022/S 000-017315

Procurement identifier (OCID): ocds-h6vhtk-034a48

Published 24 June 2022, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

Berneslai Homes Limited

10th Floor Gateway Plaza

Barnsley

S70 2RD

Email

procurement@berneslaihomes.co.uk

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB804087152

Internet address(es)

Main address

https://www.berneslaihomes.co.uk/?s=procurement

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104124

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48267&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48267&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Groundworks Framework

Reference number

Construction Services

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

A framework for the supply of all labour, plant and materials to carry out Groundworks to the social housing stock and Council owned premises across the Borough of Barnsley. Lot 1 – Water Upgrades Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls Lot 3 – Substructure, Drainage, ASHP Works The works may be in connection with any of the following: As part of Adaptation Works, Scheme Works, Programmed Repairs or Planned Replacements, Capital Improvement Works and Private Sector Housing Stock

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

Lot 1 – Water Service Upgrades

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
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Barnsley

two.2.4) Description of the procurement

This invitation to tender is open to all suitably experienced organisations who are NRSWA accredited.

The framework has been divided into 3 lots and companies may apply for one, two or all three lots:-

Lot 1 – Water Service Upgrades

Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls

Lot 3 – Substructure, Drainage, ASHP Works

two.2.5) Award criteria

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

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls

Lot No

2

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Barnsley

two.2.4) Description of the procurement

This invitation to tender is open to all suitably experienced organisations who are NRSWA accredited.

The framework has been divided into 3 lots and companies may apply for one, two or all three lots:-

Lot 1 – Water Service Upgrades

Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls

Lot 3 – Substructure, Drainage, ASHP Works

two.2.5) Award criteria

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

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot 3 – Substructure, Drainage, ASHP Works.

Lot No

3

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Barnsley

two.2.4) Description of the procurement

This invitation to tender is open to all suitably experienced organisations who are NRSWA accredited.

The framework has been divided into 3 lots and companies may apply for one, two or all three lots:-

Lot 1 – Water Service Upgrades

Lot 2 – Footpaths, Driveways and Crossovers, Access Ramps, Fencing, Retaining Walls, Boundary Walls

Lot 3 – Substructure, Drainage, ASHP Works

two.2.5) Award criteria

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

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

Duration in months

48

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


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: 5

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 July 2022

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 July 2022

Local time

12:00pm

Information about authorised persons and opening procedure

Contract procedure rules will be followed and the tenders will be opened through the electronic eTendering portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom