Ausschreibung: Bauarbeiten - UK-Manchester Bauarbeiten Dokument Nr...: 102820-2020 (ID: 2020030209180394562) Veröffentlicht: 02.03.2020 * UK-Manchester: Bauarbeiten 2020/S 43/2020 102820 Auftragsbekanntmachung Bauauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Manchester City Council Postanschrift: Town Hall Ext Ort: Manchester NUTS-Code: UKD3 Postleitzahl: M60 2LA Land: Vereinigtes Königreich Kontaktstelle(n): Mrs Louise Savage E-Mail: [6]l.savage@manchester.gov.uk Fax: +44 1612740013 Internet-Adresse(n): Hauptadresse: [7]http://www.manchester.gov.uk Adresse des Beschafferprofils: [8]http://www.manchester.gov.uk I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]www.the-chest.org.uk Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]www.the-chest.org.uk I.4)Art des öffentlichen Auftraggebers Regional- oder Kommunalbehörde I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: TC660 Minor Works in Default Referenznummer der Bekanntmachung: DN465786 II.1.2)CPV-Code Hauptteil 45000000 II.1.3)Art des Auftrags Bauauftrag II.1.4)Kurze Beschreibung: The environmental crimes team will allocate works based on legal enforcement notices which have been served on a property or private land. When a notice has not been complied with, it is within the power of the local authority to arrange for the works to be carried out in default and to charge the relevant persons a reasonable amount for the works. Therefore, this framework tender comprises the carrying out of various repair and remedial works on behalf of the City Council, subsequent to the issuing of the appropriate legal notice(s) and their default. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 230 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja Angebote sind möglich für alle Lose II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Boarding and Securing Property Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 1: Boarding and Securing Property To ensure that a range of empty properties; from dwellings to commercial units, are secured from unauthorised access. Works are required to be completed on the same day as issue, in the majority of cases and in cases of emergency, service providers must be on-site within 3 hours of initial notification. The method of securing will vary according to the circumstances including, but not limited to, the use of wooden boards or steel sheeting. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Extension of up to 24 months available. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Refuse Removal Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 2: Refuse Removal To remove and suitably dispose of a range of miscellaneous waste from empty properties, occupied properties and land. The cleansed area must be left clean and hygienic and waste transfer notes must be provided to evidence lawful disposal. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Extension of up to 24 months available. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Minor Building/Household Repairs and General Plumbing Works Los-Nr.: 3 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 3: Minor Building/Household Repairs and General Plumbing Works To undertake a range of internal and external repairs to empty and occupied properties to ensure that health and safety hazards are removed. This can include from re-sealing a bath to repairing a leaking roof. To undertake disruptive surveys and provide structural surveys, contract drawings and plans upon request. To undertake a selection of minor internal plumbing repairs from stopping a leaking overflow pipe to installation of a new W.C. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Extension of up to 24 months available II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Electrical Works Los-Nr.: 4 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 4: Electrical Works To complete a wide range of electrical repairs including the provision of periodic electrical reports, re-fixing electrical sockets, updating consumer units to full property re-wires. Some works received will be classed as an emergency and attendance to the property will be required on the same day as the work is issued. In cases of emergency, service providers must be on-site within 3 hours of initial notification. Qualifications, membership of an appropriate trade organisation for example NICEIC or ECA is required and Part P registration is required for those works when certification is necessary.. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Extension of up to 24 months available. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Gas Installations and Appliances Los-Nr.: 5 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 5: Gas Installations and Appliances This includes repairs and maintenance to gas installations and standard plumbing activities. For all gas repairs and maintenance a contractor must be Gas Safe registered. You can still apply for this category if you are not Gas Safe registered; just highlight this on the schedule of rates. Electrical heating systems will require the same contractor requirements as electrical works above. In cases of emergency, service providers must be on-site within 3 hours of initial notification. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: Extension of up to 24 months available. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Fire Precautions (Detection) Los-Nr.: 6 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 6: Fire Precautions (Detection) To complete a range of fire safety works from the fitting of fire rated doors to the installation of fire detection and alarm systems in dwellings. This will include emergency works that are required to be completed within 24 hours of issue or temporary fire alarm installation which is required immediately. Those items requiring electrical works will carry the same requirements as set under electrical works. In cases of emergency, service providers must be on-site within 3 hours of initial notification. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social Value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Extension of up to 24 months available. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Drainage Los-Nr.: 7 II.2.2)Weitere(r) CPV-Code(s) 45000000 II.2.3)Erfüllungsort NUTS-Code: UKD3 II.2.4)Beschreibung der Beschaffung: Lot 7: Drainage To undertake investigations to below ground drainage systems and completing repair to ensure such systems are working adequately and health and safety risks are removed. This work may involve carrying out surveys, the provision of contract drawings, unblocking drains and excavations for section rebuild. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 30 Qualitätskriterium - Name: Social value / Gewichtung: 20 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 24 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Extension of up to 24 months available. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern Bei Rahmenvereinbarungen Begründung, falls die Laufzeit der Rahmenvereinbarung vier Jahre übersteigt: IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 06/04/2020 Ortszeit: 11:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 6 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 06/04/2020 Ortszeit: 11:00 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: The Council is using the e-business portal known as the chest. applicants will need to register their details at the following link [11]www.the-chest.org.uk. Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11 a.m. on 6.4.2020 as referred to in IV.2.2). Any clarification queries must also be submitted via the chest website by the date referred to in the tender documentation. The framework will be for 2 years, expected to commence 1.7.2020 with an option to extend for up to 2 year(s). The successful supplier will be required to actively participate in the economic and social regeneration of the locality of and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project. The Council reserves the right not to award the framework, as a result of this contract notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed contract/framework. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Manchester City Council Ort: Manchester Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a contract/framework has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 27/02/2020 References 6. mailto:l.savage@manchester.gov.uk?subject=TED 7. http://www.manchester.gov.uk/ 8. http://www.manchester.gov.uk/ 9. http://www.the-chest.org.uk/ 10. http://www.the-chest.org.uk/ 11. http://www.the-chest.org.uk/ OT: 02/03/2020 S43 Works - Contract notice - Open procedure United Kingdom-Manchester: Construction work 2020/S 043-102820 Contract notice Works Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Manchester City Council Postal address: Town Hall Ext Town: Manchester NUTS code: UKD3 Postal code: M60 2LA Country: United Kingdom Contact person: Mrs Louise Savage E-mail: [6]l.savage@manchester.gov.uk Fax: +44 1612740013 Internet address(es): Main address: [7]http://www.manchester.gov.uk Address of the buyer profile: [8]http://www.manchester.gov.uk I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]www.the-chest.org.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]www.the-chest.org.uk I.4)Type of the contracting authority Regional or local authority I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: TC660 Minor Works in Default Reference number: DN465786 II.1.2)Main CPV code 45000000 II.1.3)Type of contract Works II.1.4)Short description: The environmental crimes team will allocate works based on legal enforcement notices which have been served on a property or private land. When a notice has not been complied with, it is within the power of the local authority to arrange for the works to be carried out in default and to charge the relevant persons a reasonable amount for the works. Therefore, this framework tender comprises the carrying out of various repair and remedial works on behalf of the City Council, subsequent to the issuing of the appropriate legal notice(s) and their default. II.1.5)Estimated total value Value excluding VAT: 230 000.00 GBP II.1.6)Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots II.2)Description II.2.1)Title: Boarding and Securing Property Lot No: 1 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 1: Boarding and Securing Property To ensure that a range of empty properties; from dwellings to commercial units, are secured from unauthorised access. Works are required to be completed on the same day as issue, in the majority of cases and in cases of emergency, service providers must be on-site within 3 hours of initial notification. The method of securing will vary according to the circumstances including, but not limited to, the use of wooden boards or steel sheeting. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: yes Description of renewals: Extension of up to 24 months available. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Refuse Removal Lot No: 2 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 2: Refuse Removal To remove and suitably dispose of a range of miscellaneous waste from empty properties, occupied properties and land. The cleansed area must be left clean and hygienic and waste transfer notes must be provided to evidence lawful disposal. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: yes Description of renewals: Extension of up to 24 months available. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Minor Building/Household Repairs and General Plumbing Works Lot No: 3 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 3: Minor Building/Household Repairs and General Plumbing Works To undertake a range of internal and external repairs to empty and occupied properties to ensure that health and safety hazards are removed. This can include from re-sealing a bath to repairing a leaking roof. To undertake disruptive surveys and provide structural surveys, contract drawings and plans upon request. To undertake a selection of minor internal plumbing repairs from stopping a leaking overflow pipe to installation of a new W.C. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: yes Description of renewals: Extension of up to 24 months available II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Electrical Works Lot No: 4 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 4: Electrical Works To complete a wide range of electrical repairs including the provision of periodic electrical reports, re-fixing electrical sockets, updating consumer units to full property re-wires. Some works received will be classed as an emergency and attendance to the property will be required on the same day as the work is issued. In cases of emergency, service providers must be on-site within 3 hours of initial notification. Qualifications, membership of an appropriate trade organisation for example NICEIC or ECA is required and Part P registration is required for those works when certification is necessary.. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: yes Description of renewals: Extension of up to 24 months available. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Gas Installations and Appliances Lot No: 5 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 5: Gas Installations and Appliances This includes repairs and maintenance to gas installations and standard plumbing activities. For all gas repairs and maintenance a contractor must be Gas Safe registered. You can still apply for this category if you are not Gas Safe registered; just highlight this on the schedule of rates. Electrical heating systems will require the same contractor requirements as electrical works above. In cases of emergency, service providers must be on-site within 3 hours of initial notification. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: no II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: Extension of up to 24 months available. II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Fire Precautions (Detection) Lot No: 6 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 6: Fire Precautions (Detection) To complete a range of fire safety works from the fitting of fire rated doors to the installation of fire detection and alarm systems in dwellings. This will include emergency works that are required to be completed within 24 hours of issue or temporary fire alarm installation which is required immediately. Those items requiring electrical works will carry the same requirements as set under electrical works. In cases of emergency, service providers must be on-site within 3 hours of initial notification. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social Value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: yes Description of renewals: Extension of up to 24 months available. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Drainage Lot No: 7 II.2.2)Additional CPV code(s) 45000000 II.2.3)Place of performance NUTS code: UKD3 II.2.4)Description of the procurement: Lot 7: Drainage To undertake investigations to below ground drainage systems and completing repair to ensure such systems are working adequately and health and safety risks are removed. This work may involve carrying out surveys, the provision of contract drawings, unblocking drains and excavations for section rebuild. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 30 Quality criterion - Name: Social value / Weighting: 20 Price - Weighting: 50 II.2.6)Estimated value II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: yes Description of renewals: Extension of up to 24 months available. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers III.1.2)Economic and financial standing Selection criteria as stated in the procurement documents III.1.3)Technical and professional ability Selection criteria as stated in the procurement documents III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Open procedure IV.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 In the case of framework agreements, provide justification for any duration exceeding 4 years: IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no IV.2)Administrative information IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participate Date: 06/04/2020 Local time: 11:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: English IV.2.6)Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 06/04/2020 Local time: 11:00 Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: The Council is using the e-business portal known as the chest. applicants will need to register their details at the following link [11]www.the-chest.org.uk. Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11 a.m. on 6.4.2020 as referred to in IV.2.2). Any clarification queries must also be submitted via the chest website by the date referred to in the tender documentation. The framework will be for 2 years, expected to commence 1.7.2020 with an option to extend for up to 2 year(s). The successful supplier will be required to actively participate in the economic and social regeneration of the locality of and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project. The Council reserves the right not to award the framework, as a result of this contract notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed contract/framework. VI.4)Procedures for review VI.4.1)Review body Official name: Manchester City Council Town: Manchester Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a contract/framework has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 27/02/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de