- Scope of the procurement
- Lot 1. House Building
- Lot 2. General Construction
- Lot 3. Refurbishment
- Lot 4. Modular Build
- Lot 5. Civil Engineering and Highways
- Lot 6. Mechanical and Electrical Works
- Lot 7. Facilities Maintenance
- Lot 8. Safety and Compliance Works
- Lot 9. Architectural Services
- Lot 10. Project Management
- Lot 11. Cost Management
- Lot 12. Contract Administration
- Lot 13. Employers Agent
- Lot 14. Mechanical Electrical and Plumbing Services
- Lot 15. Structural and Civil Engineering
- Lot 16. Safety and Compliance Services
- Lot 17. Clerk of Works
Section one: Contracting authority
one.1) Name and addresses
Safe Regeneration Ltd
St Mary's Complex, Waverly Street
Liverpool
L20 4AP
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
Additional information can be obtained from another address:
Rise Construction Framework Ltd
Blackburne House
Liverpool
L8 7PE
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
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
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
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