United Kingdom-Nottingham: Construction work

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Nottingham: Construction work
OJEU (High Value) 255380-2020
Type Invitation to tender
Date Published 2020-06-02
Deadline 2020-07-10 12:00:00
Nature Of Contract Public works contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Arc Property Services Partnership Ltd
National registration number: National registration number: 10074366
Postal address: Level 2, City Gate West, Tollhouse Hill
Town: Nottingham
Postal code: NG1 5AT
Country: UK
Contact person: Nick Taylor
Telephone: +44 1158523818
E-mail: nickt@scapegroup.co.uk
NUTS code: UKF14
Main address: https://www.arc-partnership.co.uk/
Address of the buyer profile (URL): https://www.arc-partnership.co.uk/

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: BODY PUBLIC
I.5.2) Other activity -
Arc partnership is a joint venture between Nottinghamshire County Council and Scape Group to provide built environment improvement for it's residents

Section II: Object of Contract


Title:
Mechanical and Electrical Engineering Framework

Reference number: Arc086

II.1.4) Short description
Arc wishes to establish a framework agreement for the supply of building works and services. Applications are invited from experienced providers of mechanical and electrical engineering works and services who can provide high-quality, whilst using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

II.01) Estimated value excluding VAT:
GBP 17000000

Information about lots
II.1.6) This contract is divided into lots: yes


II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 2
II.1.6.7) The contracting authority reserves the right to award concessions combining the following lots or groups of lots -
— either; lot one (1) or lot two (2); or

— both lot one (1) and two (2).

In all instances tenders will be evaluated in accordance with II.2.5).


Description: Item/Lot 1
Title:
Mechanical Engineering

II.2.1) Lot No: 1
NUTS code: UKF14
NUTS code: UKF15
NUTS code: UKF16
II.2.3.2) Main site or place of performance:
Nottingham, North Nottinghamshire, South Nottinghamshire.

II.1.4) Short description
The works will comprise a range of mechanical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and subcategory codes below the CPV codes stated, i.e. 71 000 000, construction-related services is deemed to include 71 300 000, engineering services and 71 314 310 Heating engineering services for buildings.

This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that a three (3) supplier/entity will be awarded lot 1 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called-off under the framework may be as little as GBP 2 500 or exceed GBP 250 000.

Bidders applying for this lot are required to have a minimum annual turnover of GBP 1 000 000.

II.2.5) Award criteria:

Criteria: ITT Quality questionnaire response
Weighting: 70
Cost/Price
Criteria: Commercial model respose
Weighting: 30
Value excluding VAT: GBP 12000000
II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

To access this opportunity please follow this link External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Description: Item/Lot 2
Title:
Electrical Engineering

II.2.1) Lot No: 2
NUTS code: UKF14
NUTS code: UKF15
NUTS code: UKF16
II.2.3.2) Main site or place of performance:
Nottingham, North Nottinghamshire, South Nottinghamshire.

II.1.4) Short description
The works will comprise a range of electrical engineering as noted. In addition, ancillary services will be made available by the framework partner through their own supply chain. The specific works that may be procured under the framework cannot be clearly defined at this stage. The nature and type of services may include those identified by CPV codes on or in connection with any land or property, infrastructure and related asset owned, rented, leased or developed by Nottinghamshire County Council and Arc Partnership.

The common procurement vocabulary codes stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the category and sub-category codes below the CPV codes stated, i.e. 71 000 000, construction-related services is deemed to include 71 300 000, engineering services and 71 314 310 heating engineering services for buildings.

This is a framework opportunity that will utilise a mini-competition to allocate projects. The model works on the framework pre-tendered net labour, materials and subcontractor costs, with overheads and profit and any design (only where required), being priced separately. At this stage Arc anticipate that a three (3) supplier/entity will be awarded lot 2 to provide all the required services at the conclusion of the procurement process themselves, through their supply chain or via a consortium/joint venture arrangement. The supplier/entity will be expected to work for and cooperate with public sector clients, in-house and external consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Works shall be delivered by the contractor and their supply chain. All services will be performed in accordance with the framework agreement. Individual commissions called off under the framework may be as little as GBP 2 500 or exceed GBP 100 000.

Bidders applying for this lot are required to have a minimum annual turnover of GBP 400 000.

II.2.5) Award criteria:

Criteria: ITT Quality questionnaire response
Weighting: 70
Cost/Price
Criteria: Commercial model response
Weighting: 30
Value excluding VAT: GBP 5000000
II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

To access this opportunity please follow this link External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
The procuring body expects that each bidder is suitably qualified in the field of their respective services and can evidence this as a part of the bid.

III.1.2.3) List and brief description of selection criteria
Bidders must be able to evidence the minimum annual turnover as per advised in each lot in II.2.4).

Bidders must be able to self-certify that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer’s (compulsory) liability insurance: GBP 5 000 000*.

Public liability insurance: GBP 5 000 000 .

Professional indemnity insurance: GBP 10 000 000.

*It is a legal requirement that all companies hold employer’s (compulsory) liability insurance of GBP 5 000 000 as a minimum. Please note this requirement is not applicable to sole traders.

III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions
Arc will include a set of performance measures in the framework agreement and these will be used to manage the performance of the supplier, set improvement targets and drive continuous improvement. These will be the minimum indicators and other measures may be offered by bidders as part of their ITT. Performance against these indicators will be reviewed with the successful bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:

— other companies engaged in Arc or other frameworks,

— the overall performance of all Arc or other frameworks,

— national performance measures where they are available.

The successful bidder will be required to collate and submit their own performance data in accordance with the performance management requirements set out in the contract. Further details will be available in the ITT.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Open
IV.1.3) The procurement involves the establishment of a framework agreement


IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-07-10
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 3
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-07-10
IV.2.7) Local time 13:00

Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

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.

Arc, through this procurement exercise, are seeking to enter into a mini-competition framework with a maximum of 3 (three) suppliers for each lot.

Contractors are required to tender both their overhead and profit figure and their design fee as separate percentages. These figures are tendered at tender stage and are not revisited during the duration of the framework. They will be automatically included by Arc and added to the prices that contractors submit for carrying out works on a project by project basis.

Arc will issue request for quotation (RFQ) packs on a project by project basis to all delivery partners within the lot via the Delta Quick Calls function. The evaluation of quotations will be as explained in the ITT documentation.

The framework will be for a period of 2 years with the option to extend by an extra 2 years in annual increments to a maximum of 4 years (2 + 1 + 1).

To view this notice, please click here: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Go reference: GO-2020528-PRO-16640818


Review body:
Official name: The High Court of England and Wales
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: UK
VI.4.3) Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the framework agreement.


Section VI

Date of dispatch of this notice : 2020-05-28

CPV Codes
45000000; 45350000; 45100000; 45200000; 45300000; 45400000; 51100000; 71000000; 71500000; 71300000; 71600000; 71800000; 39715000; 39715300; 44115200; 44115210; 45310000; 31000000; 32000000; Construction work; Mechanical installations; Site preparation work; Works for complete or part construction and civil engineering work; Building installation work; Building completion work; Installation services of electrical and mechanical equipment; Architectural, construction, engineering and inspection services; Construction-related services; Engineering services; Technical testing, analysis and consultancy services; Consulting services for water-supply and waste consultancy; Water heaters and heating for buildings; plumbing equipment; Plumbing equipment; Plumbing and heating materials; Plumbing materials; Electrical installation work; Electrical machinery, apparatus, equipment and consumables; lighting; Radio, television, communication, telecommunication and related equipment;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.