Vela Group: External Wall Insulation and Render together with associated works

  Vela Group has published this notice through Delta eSourcing

Notice Summary
Title: External Wall Insulation and Render together with associated works
Notice type: Contract Notice
Authority: Vela Group
Nature of contract: Works
Procedure: Restricted
Short Description: The purchasing authority wish to procure a framework agreement with a number of contractors to carry out external wall insulation and associated works in order to improve the energy efficiency of its properties. The majority of the works under the framework will be funded by Energy Companies Obligation (ECO) funding and the purchasing authority is in the process of entering into an ECO funding agreement with Coseyseal Insulation Ltd. The Authority requires that this service must be delivered in accordance with the requirements of The Green Deal Code of Practice issued by the Secretary of State for Energy and Climate Change (“the Secretary of State”) under regulation 10 of the of the Green Deal Framework (Disclosure, Acknowledgment, Redress, etc.) Regulations 2012. To satisfy these requirements the service provider must be certified against and continue to comply with the requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO Insurance provider. The service provider must be able to demonstrate that it has achieved a minimum turnover of £6,000,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of £6,000,000 in its first full year of trading. The authority requires that theService Provider is able to demonstrate a commitment to achieving high standards of health and safety. To satisfy these requirements the service provider must be able to demonstrate that it operates a current health and safety scheme which has received an accreditation assessment carried out by a registered member scheme of the Safety In Procurement Forum (SSIP). The principal element of the works will be external wall insulation and rendering but the works to each property will comprise some, or all, of the following elements: External rendering: This is the principal element of the works and will require the supply and installation of an externally insulated render system and contrasting features. Renewal of windows and doors: Supply and fit UPVC windows and doors to Secured by Design standards Roofline Works: Replace existing tile roof coverings and renew fascias and soffits in UPVC; Renew rainwater goods, overclad existing fascias and soffits with UPVC; Renewal of sarking felt to eaves detail and re-pointing works to ridges/hips/valleys/verges; Repoint chimneys Porches and Canopies: Supply and fit UPVC porches and / or GRP canopies Environmental works: Close Boarded Timber Fencing 1.8m high to rear gardens Metal Railings 1m high to front gardens Paths and Hardstanding to form walkways together with associated seeding and planting. The duration of the framework is expected to be 2 years with an option to extend for an additional 12 months. There are approximately 1000 non-traditional and hard to treat properties and the anticipated total value of the work is £6.5 million. The intention is to appoint 5 contractors as Service Providers to the framework agreement for the works and issue contracts on a call off basis. The purchasing authority are Tristar Homes Ltd and Housing Hartlepool and all other companies who operate within the same group structure. Tristar Homes Ltd and Housing Hartlepool were brought together in 2010 as the Vela Group to form a major North East housing group. Together it manages over 17,000 homes spreading across Stockton-on-Tees, Hartlepool and other areas of the North East. The properties are a mix of bungalows, houses and flats. Tristar Homes Ltd, Housing Hartlepool and The Vela Group are progressing a merger with Fabrick Housing Group a Registered Social Landlord Company which manages more than 15,000 homes from North Tyneside in the north to York in the south, with the majority of homes in Middlesbrough and Stockton on Tees. This merger is planned to complete on 1st April 2014 and a new Group company, known as Thirteen, will be formed. The concluded framework contract for external wall insulation and
Published: 17/01/2014 10:30

View Full Notice

UK-Hartlepool: Refurbishment work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Vela Group
      Greenbank, Stranton, Hartlepool, TS24 7QS, United Kingdom
      Tel. +44 001642947157, Email: procurement@velagroup.co.uk, URL: https://in-tendhost.co.uk/velagroup/aspx/Home, URL: www.velagroup.co.uk
      Contact: Brian Robinson, Attn: David Hill

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: External Wall Insulation and Render together with associated works
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

         Region Codes: UKC - NORTH EAST (ENGLAND)         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 3             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 6,000,000 and 7,500,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Refurbishment work. Construction work for houses. Insulation work. Plastering work. Installation of doors and windows and related components. Roof-covering work. Cladding works. Guttering work. Environmental improvement works. Scaffolding work. The purchasing authority wish to procure a framework agreement with a number of contractors to carry out
external wall insulation and associated works in order to improve the energy efficiency of its properties. The
majority of the works under the framework will be funded by Energy Companies Obligation (ECO) funding and
the purchasing authority is in the process of entering into an ECO funding agreement with Coseyseal Insulation
Ltd.
The Authority requires that this service must be delivered in accordance with the requirements of The Green
Deal Code of Practice issued by the Secretary of State for Energy and Climate Change (“the Secretary of
State”) under regulation 10 of the of the Green Deal Framework (Disclosure, Acknowledgment, Redress, etc.)
Regulations 2012.
To satisfy these requirements the service provider must be certified against and continue to comply with the
requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO Insurance provider.
The service provider must be able to demonstrate that it has achieved a minimum turnover of £6,000,000
in either of its previous two financial years. If a service provider has been trading for less than one year, the
company must be able to demonstrate that it anticipates to achieve a minimum turnover of £6,000,000 in its first
full year of trading.
The authority requires that theService Provider is able to demonstrate a commitment to achieving high
standards of health and safety. To satisfy these requirements the service provider must be able to demonstrate
that it operates a current health and safety scheme which has received an accreditation assessment carried out
by a registered member scheme of the Safety In Procurement Forum (SSIP).
The principal element of the works will be external wall insulation and rendering but the works to each property
will comprise some, or all, of the following elements:
External rendering:
This is the principal element of the works and will require the supply and installation of an externally insulated
render system and contrasting features.
Renewal of windows and doors:
Supply and fit UPVC windows and doors to Secured by Design standards
Roofline Works:
Replace existing tile roof coverings and renew fascias and soffits in UPVC;
Renew rainwater goods, overclad existing fascias and soffits with UPVC;
Renewal of sarking felt to eaves detail and re-pointing works to ridges/hips/valleys/verges;
Repoint chimneys
Porches and Canopies:
Supply and fit UPVC porches and / or GRP canopies
Environmental works:
Close Boarded Timber Fencing 1.8m high to rear gardens
Metal Railings 1m high to front gardens
Paths and Hardstanding to form walkways together with associated seeding and planting.
The duration of the framework is expected to be 2 years with an option to extend for an additional 12 months.
There are approximately 1000 non-traditional and hard to treat properties and the anticipated total value of the
work is £6.5 million. The intention is to appoint 5 contractors as Service Providers to the framework agreement
for the works and issue contracts on a call off basis.
The purchasing authority are Tristar Homes Ltd and Housing Hartlepool and all other companies who operate
within the same group structure.
Tristar Homes Ltd and Housing Hartlepool were brought together in 2010 as the Vela Group to form a major
North East housing group. Together it manages over 17,000 homes spreading across Stockton-on-Tees,
Hartlepool and other areas of the North East. The properties are a mix of bungalows, houses and flats.
Tristar Homes Ltd, Housing Hartlepool and The Vela Group are progressing a merger with Fabrick Housing
Group a Registered Social Landlord Company which manages more than 15,000 homes from North Tyneside in
the north to York in the south, with the majority of homes in Middlesbrough and Stockton on Tees. This merger is
planned to complete on 1st April 2014 and a new Group company, known as Thirteen, will be formed. The concluded framework contract for external wall insulation and associated works will be for the use of all
companies in the new Group company
         
      II.1.6)Common Procurement Vocabulary:
         45453100 - Refurbishment work.
         
         45211100 - Construction work for houses.
         
         45320000 - Insulation work.
         
         45410000 - Plastering work.
         
         45421100 - Installation of doors and windows and related components.
         
         45261210 - Roof-covering work.
         
         45262650 - Cladding works.
         
         45261320 - Guttering work.
         
         45262640 - Environmental improvement works.
         
         45262100 - Scaffolding work.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      External wall insulation and rendering together with associated works to approximately 1000 non-traditional and
hard to treat properties. Contracts for carrying out the works will be awarded to framework members on a batch
basis                  
         Estimated value excluding VAT:
         Range between: 6,000,000 and 7,500,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 16/06/2014
         Completion: 16/06/2017

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC implemented as
Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional
misconducts listed in Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the CPR 2006) to the
decision of whether a Candidate is eligible to be invited to tender. Candidates will be required to answer these
questions as part of the qualification process. For candidates who are registered overseas, you will need to
declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent
to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1)
are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest
for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article
45(2) may be excluded from being selected to bid at the discretion of the Authority. Please refer to the PQQ
documents and please see the framework agreemnet and tender documents.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         One or more of the following: (a) The presentation of
audited accounts for a minimum of the last two financial
years available; (b)Appropriate statements from banks
or, where appropriate, evidence of relevant professional
risk indemnity insurance. (c) The presentation of
balance-sheets or extracts from the balance-sheets,
where publication of the balance-sheet is required         
         Minimum Level(s) of standards possibly required:
         The authority requires that the service provider must
be able to demonstrate that it has achieved a minimum
turnover of £6,000,000 in either of its previous two
financial years. If a service provider has been trading
for less than one year, the company must be able to
demonstrate that it anticipates to achieve a minimum
turnover of £6,000,000 in its first full year of trading
under the law of the country in which the economic
operator is established, for a minimum of the last
two financial years available (d) A statement of the
undertaking's overall turnover and, where appropriate,
of turnover in the area covered by the contract for
a minimum of the last two financial years available,
depending on the date on which the undertaking was
set up or the economic operator started trading, as
far as the information on these turnovers is available.
Please refer to the PQQ documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         The Authority requires that this service must be
delivered in accordance with the requirements of The
Green Deal Code of Practice issued by the Secretary of
State for Energy and Climate Change (''the Secretary
of State'') under regulation 10 of the Green Deal
Framework (Disclosure, Acknowledgement, Redress
etc.) Regulations 2012.
The authority requires that the service provider must
be able to demonstrate that it operates a current health
and safety scheme which has received an accreditation
assessment carried out by a registered member
scheme of the Safety In Procurement Forum (SSIP).         
         Minimum Level(s) of standards possibly required:
         To satisfy these requirements the service provider
must be certified against and to continue to comply
with the requirements of PAS 2030:2012 Edition 2 and
must be registered with an approved ECO insurance
provider. Candidates who fail to meet this criteria may
be excluded from being selected to bid at the discretion
of the Authority. Please refer to the PQQ.
To satisfy these requirements the service provider must
provide evidence of the health and safety scheme
including the scheme name, registration number and
expiry date of accreditation. Candidates who fail to
meet this criteria may be excluded from being selected
to bid at the discretion of the Authority. Please refer to
the PQQ.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 12
         
         Objective Criteria for choosing the limited number of candidates:
         Please refer to the PQQ documents   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: VE/TEN/14/403      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/02/2014
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 10/03/2014      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=85903867
GO-2014117-PRO-5397153 TKR-2014117-PRO-5397152
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Vela Group
      Greenbank, Hartlepool, TS24 7QS, United Kingdom

      VI.4.2)Lodging of appeals: The Authority will incorporate a minimum 10 day standstill period at the point information on the award of
contract is communicated to tenderers. The period allows unsuccessful tenderers to seek further debriefing
from the Authority before the contract is entered into. Applicants have 2 working days from the notification of the
award decision to request additional debriefing and that information has to be provided a minimum of 3 working
days before the expiry of the standstill period. Should such additional information be required please contact
the person cited in paragraph 1.1 of this form. If an appeal regarding the award of a contract has not been
successfully resolved the Public Contracts Regulations (SI 2006 no 5) provide for the aggrieved parties who
have been harmed or at risk of harm by breach of the rules to take action in the High Court (England, Wales
and Northern Ireland). Any such action must be brought promptly (within 3 months from the time the aggrieved
party knew, or ought to have known, about the alleged breach). Where a contract has not been entered into
the court may order the setting aside of the contract, may award damages and impose a financial penalty on
the Contracting Authority. Damages may also be available to any of the parties involved. The purpose of the
EN Standard form 02 - Contract notice 13 / 17
standstill period referred to above is to allow parties the opportunity to challenge the award decision made by
the Contracting Authority and, where appropriate, issue proceedings against the Contracting Authority which
shall have the effect of automatically suspending the contract award procedure until the proceedings have been
concluded.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Tristar Homes Ltd and Housing Hartlepool and all other companies who operate in the same group structure
      Greenbank, Hartlepool, TS24 7QS, United Kingdom
      Email: procurement@velagroup.co.uk, URL: https://intendhost.co.uk/velagroup/aspx/Home

   VI.5) Date Of Dispatch Of This Notice: 17/01/2014

ANNEX A

View any Notice Addenda

UK-Hartlepool: Refurbishment work.

Section I: Contracting Authority
   Title: UK-Hartlepool: Refurbishment work.
   I.1)Name, Addresses And Contact Point(s)
      Vela Group
      Greenbank, Stranton, Hartlepool, TS24 7QS, United Kingdom
      Tel. +44 001642947157, Email: procurement@velagroup.co.uk, URL: https://in-tendhost.co.uk/velagroup/aspx/Home, URL: www.velagroup.co.uk
      Contact: Brian Robinson, Attn: David Hill
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: External Wall Insulation and Render together with associated works
      II.1.2)Short description of the contract or purchase:
      Refurbishment work. Construction work for houses. Insulation work. Plastering work. Installation of doors and windows and related components. Roof-covering work. Cladding works. Guttering work. Environmental improvement works. Scaffolding work. The purchasing authority wish to procure a framework agreement with a number of contractors to carry out
external wall insulation and associated works in order to improve the energy efficiency of its properties. The
majority of the works under the framework will be funded by Energy Companies Obligation (ECO) funding and
the purchasing authority is in the process of entering into an ECO funding agreement with Coseyseal Insulation
Ltd.
The Authority requires that this service must be delivered in accordance with the requirements of The Green
Deal Code of Practice issued by the Secretary of State for Energy and Climate Change (“the Secretary of
State”) under regulation 10 of the of the Green Deal Framework (Disclosure, Acknowledgment, Redress, etc.)
Regulations 2012.
To satisfy these requirements the service provider must be certified against and continue to comply with the
requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO Insurance provider.
The service provider must be able to demonstrate that it has achieved a minimum turnover of £6,000,000
in either of its previous two financial years. If a service provider has been trading for less than one year, the
company must be able to demonstrate that it anticipates to achieve a minimum turnover of £6,000,000 in its first
full year of trading.
The authority requires that theService Provider is able to demonstrate a commitment to achieving high
standards of health and safety. To satisfy these requirements the service provider must be able to demonstrate
that it operates a current health and safety scheme which has received an accreditation assessment carried out
by a registered member scheme of the Safety In Procurement Forum (SSIP).
The principal element of the works will be external wall insulation and rendering but the works to each property
will comprise some, or all, of the following elements:
External rendering:
This is the principal element of the works and will require the supply and installation of an externally insulated
render system and contrasting features.
Renewal of windows and doors:
Supply and fit UPVC windows and doors to Secured by Design standards
Roofline Works:
Replace existing tile roof coverings and renew fascias and soffits in UPVC;
Renew rainwater goods, overclad existing fascias and soffits with UPVC;
Renewal of sarking felt to eaves detail and re-pointing works to ridges/hips/valleys/verges;
Repoint chimneys
Porches and Canopies:
Supply and fit UPVC porches and / or GRP canopies
Environmental works:
Close Boarded Timber Fencing 1.8m high to rear gardens
Metal Railings 1m high to front gardens
Paths and Hardstanding to form walkways together with associated seeding and planting.
The duration of the framework is expected to be 2 years with an option to extend for an additional 12 months.
There are approximately 1000 non-traditional and hard to treat properties and the anticipated total value of the
work is £6.5 million. The intention is to appoint 5 contractors as Service Providers to the framework agreement
for the works and issue contracts on a call off basis.
The purchasing authority are Tristar Homes Ltd and Housing Hartlepool and all other companies who operate
within the same group structure.
Tristar Homes Ltd and Housing Hartlepool were brought together in 2010 as the Vela Group to form a major
North East housing group. Together it manages over 17,000 homes spreading across Stockton-on-Tees,
Hartlepool and other areas of the North East. The properties are a mix of bungalows, houses and flats.
Tristar Homes Ltd, Housing Hartlepool and The Vela Group are progressing a merger with Fabrick Housing
Group a Registered Social Landlord Company which manages more than 15,000 homes from North Tyneside in
the north to York in the south, with the majority of homes in Middlesbrough and Stockton on Tees. This merger is
planned to complete on 1st April 2014 and a new Group company, known as Thirteen, will be formed. The concluded framework contract for external wall insulation and associated works will be for the use of all
companies in the new Group company
      
      II.1.3)Common procurement vocabulary:
      45453100 - Refurbishment work.
      
      45211100 - Construction work for houses.
      
      45320000 - Insulation work.
      
      45410000 - Plastering work.
      
      45421100 - Installation of doors and windows and related components.
      
      45261210 - Roof-covering work.
      
      45262650 - Cladding works.
      
      45261320 - Guttering work.
      
      45262640 - Environmental improvement works.
      
      45262100 - Scaffolding work.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: VE/TEN/14/403      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 126800
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 17/01/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: II.1.5
            
            Instead of: To satisfy these requirements the service provider must be certified against and continue to comply with the requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO Insurance provider
            
            Read: To satisfy these requirements the service provider must be certified against and continue to comply with the requirements of the latest revision of PAS 2030 and must be registered with an approved ECO Insurance provider.
            
            Place of text to be modified: II.1.5
            
            Instead of: The service provider must be able to demonstrate that it has achieved a minimum turnover of GBP 6,000,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of GBP 6,000,000 in its first full year of trading.
            
            Read: The service provider must be able to demonstrate that it has achieved a minimum turnover of GBP 1,200,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of GBP 1,200,000 in its first full year of trading.
            
            Place of text to be modified: III 2.2
            
            Instead of: Minimum level(s) of standards possibly required: The authority requires that the service provider must be able to demonstrate that it has achieved a minimum turnover of GBP 6,000,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of GBP 6,000,000 in its first full year of trading under the law of the country in which the economic operator is established
            
            Read: Minimum level(s) of standards possibly required: The authority requires that the service provider must be able to demonstrate that it has achieved a minimum turnover of GBP 1,200,000 in either of its previous two financial years. If a service provider has been trading for less than one year, the company must be able to demonstrate that it anticipates to achieve a minimum turnover of GBP 1,200,000 in its first full year of trading under the law of the country in which the economic operator is established,
            
            Place of text to be modified: III 2.3
            
            Instead of: To satisfy these requirements the service provider must be certified against and continue to comply with the requirements of PAS 2030:2012 Edition 2 and must be registered with an approved ECO Insurance provider.
            
            Read: To satisfy these requirements the service provider must be certified against and continue to comply with the requirements of the latest revision of PAS 2030 and must be registered with an approved ECO Insurance provider.

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: Clause IV.3.4            
            Instead of: 20/02/2014 Time: 17:00
            Read: 03/03/2014 Time: 17:00
            Place of dates to be modified: IV.3.5            
            Instead of: 10/03/2014 Time: 17:00
            Read: 24/03/2014 Time: 17:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=87283512
GO-2014129-PRO-5422675 TKR-2014129-PRO-5422674

      VI.5)Date of dispatch: 29/01/2014

View Award Notice