Opportunity

Safe Regeneration Framework acting by its agent Rise Construction Framework Ltd

  • Safe Regeneration Ltd

F02: Contract notice

Notice reference: 2021/S 000-028393

Published 12 November 2021, 4:55pm



Section one: Contracting authority

one.1) Name and addresses

Safe Regeneration Ltd

St Mary's Complex, Waverly Street

Liverpool

L20 4AP

Email

info@rise-framework.com

Telephone

+44 7463540183

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://saferegeneration.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA36109

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

www.mytenders.co.uk

Additional information can be obtained from another address:

Rise Construction Framework Ltd

Blackburne House

Liverpool

L8 7PE

Email

info@rise-framework.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.rise-framework.com

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Safe Regeneration Framework acting by its agent Rise Construction Framework Ltd

Reference number

001

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Rise Construction Framework (Rise) is the agent for SAFE Regeneration Ltd (“SAFE”); it is intended that SAFE will be a Central Purchasing Body (as defined by Regulation 2(1) of the UK statutory Instrument 2015 No.102 “The Public Contract Regulations 2015” as amended by the Public Procurement (Amendment etc) (EU Exit) Regulations 2020 (SI 2020/1319).

About Rise: Rise was born out of a strong conviction that a construction framework could deliver exceptional service to the framework users while positively impacting the communities within its operating areas. Quite simply, commerciality and social value could co-exist and create an innovative and purposeful new model. We are the UK’s only pro-social body providing agency services to construction frameworks with a proven track record of supporting deprived communities by investing our profits into community prevention and intervention initiatives. Pro-social businesses are self-sustainable social organisations that exist to provide social benefits to the communities around them.

The framework has been designed taking into consideration the construction playbook to ensure the framework is fit for purpose for its public-sector users. Users of SAFE’s current framework, which will shortly come to term, include NHS Foundation Trusts https://www.england.nhs.uk/publication/nhs-provider-directory/#l, Clinical Commissioning Groups, Educational Institutions, Providers of Social Housing, Local Authorities, Charities and 3rd Sector Groups and Community Led Housing Organisations across the North West of England and North Wales.

Public-sector bodies able to access the framework will include: Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities & 3rd Sector Organisations and Public Body subsidiary companies.

The framework will operate across North West of England (Merseyside, Cheshire, Lancashire, Cumbria, Greater Manchester), North Wales (Isle of Anglesey, Conway, Denbighshire, Flintshire, Gwynedd, Wrexham), Yorkshire and the Humber (East Riding of Yorkshire, North Yorkshire, South Yorkshire, West Yorkshire, North Lincolnshire, North East Lincolnshire).

The framework will consist of 17 Groups with each group having varying values of work/services (value bands). Each group/value band will be allocated a maximum number of supply partners who score the highest during the competition; the supply partner allocation table can located via this link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

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

House Building

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
  • UKD7 - Merseyside
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD1 - Cumbria
  • UKL11 - Isle of Anglesey
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKL12 - Gwynedd
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of works and services for house building (all types of dwellings) including but not limited to social housing, health, community care, education, local authorities, community land trusts and other forms of community led housing and mixed use housing/community developments.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

General Construction

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD7 - Merseyside
  • UKD6 - Cheshire
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

All types of General Construction works across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations. Works may include but are not limited to: site preparation, new-builds, refurbishments, demolition, fit-out, multi-use developments, community developments.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Refurbishment

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45453100 - Refurbishment work
  • 45454000 - Restructuring work
  • 45454100 - Restoration work

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

All types of Refurbishment works’ (all types) across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Modular Build

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 44211000 - Prefabricated buildings

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of modular/off site construction across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contractor further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Civil Engineering and Highways

Lot No

5

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45112730 - Landscaping work for roads and motorways
  • 45213312 - Car park building construction work
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

All types of Civil, Highways and Infrastructure works’ across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Mechanical and Electrical Works

Lot No

6

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45300000 - Building installation work

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber, North Wales

two.2.4) Description of the procurement

All types of Mechanical and Electrical works’ across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Facilities Maintenance

Lot No

7

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Facilities Maintence works’ across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Safety and Compliance Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71315000 - Building services
  • 90650000 - Asbestos removal services
  • 45262660 - Asbestos-removal work
  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Safety and Compliance works’ across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Architectural Services

Lot No

9

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71310000 - Consultative engineering and construction services
  • 71315200 - Building consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71221000 - Architectural services for buildings
  • 71251000 - Architectural and building-surveying services
  • 71313420 - Environmental standards for construction
  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE2 - North Yorkshire
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Architectural Services (including principle design) across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Project Management

Lot No

10

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 72224000 - Project management consultancy services
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Project Management across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

The Project Management lot will provide professional services for both JCT and NEC forms of contract. Supply Partners will be asked to identify within the tender documentation their expertise of JCT, NEC or both forms of contract.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Cost Management

Lot No

11

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Cost Management/Quantity Surveying services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

The Cost Management/ Quantity Surveying lot will provide professional services for both JCT and NEC forms of contract. Supply Partners will be asked to identify within the tender documentation their expertise of JCT, NEC or both forms of contract.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Contract Administration

Lot No

12

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber, North Wales

two.2.4) Description of the procurement

Provision of Contract Administration Services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Employers Agent

Lot No

13

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Employers Agent services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Mechanical Electrical and Plumbing Services

Lot No

14

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Mechanical, Electrical and Plumbing services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Structural and Civil Engineering

Lot No

15

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71322100 - Quantity surveying services for civil engineering works

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Structural and Civil Engineering services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Safety and Compliance Services

Lot No

16

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71317210 - Health and safety consultancy services
  • 71315100 - Building-fabric consultancy services
  • 90650000 - Asbestos removal services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71700000 - Monitoring and control services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 75251100 - Firefighting services
  • 71315400 - Building-inspection services
  • 71631000 - Technical inspection services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Safety and Compliance services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

Clerk of Works

Lot No

17

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
  • UKD3 - Greater Manchester
  • UKD4 - Lancashire
  • UKD6 - Cheshire
  • UKD7 - Merseyside
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham
  • UKE1 - East Yorkshire and Northern Lincolnshire
  • UKE2 - North Yorkshire
  • UKE3 - South Yorkshire
  • UKE4 - West Yorkshire
Main site or place of performance

North West, Yorkshire and the Humber and North Wales

two.2.4) Description of the procurement

Provision of Clerk of Works/Site Supervisor services across a range of public-sector organisations including but not limited to Local Authorities, Universities, Schools, Academies, Colleges, Social Housing Providers, Community Land Trusts or other Community Led Housing Organisations, Emergency Services, Health & Social Care providers, NHS bodies, Clinical Commissioning groups, Government Departments, Museum and Arts, Charities and third Sector Organisations.

Contract award will be on a lot-by-lot basis with the option of direct appointment for contracts whose contract value will fall below the threshold current at the time of the formation of the contract or further mini-competition. Due to the complexity of the framework the Terms and Conditions (T&Cs) will not be set out in the framework agreement but will be issued on a project-by-project basis with bespoke service agreements for professional services.

Full scopes of works/services will be issued by the relevant Contracting Authority on a project by project basis.

Please refer to table contained within link: https://rise-framework.com/wp-content/uploads/2021/11/Rise-Framework-Lot-Allocation-Numbers.pdf which outlines the maximum number of supply partners who will be allocated a place on the framework per lot, per value band. Please note supply partners are limited to applying for a maximum of 3 value bands within this Lot.

Safe reserves the right to place the next 2 highest bidders on a reserve list should a successful bidder cease to be listed as an economic operator on this lot over the duration of the framework.

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

three.1.3) Technical and professional ability

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: 480

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 January 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

7 January 2022

Local time

12:00pm

Place

Rise Construction Framework, Blackburne House, Liverpool, L8 7PE


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This contract notice is for construction works and services.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224451.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:224451)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit