UK-Preston: Construction work.

UK-Preston: Construction work.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Portway, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: info@procurementhub.co.uk
Contact: Craig Ainscow
Main Address: www.procurementhub.co.uk, Address of the buyer profile: https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7 to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Major Projects Framework 2
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: Procurement Hub wishes to establish a framework agreement for a 4-year duration with an option to extend for a further 2 years.

Contractors are invited to apply for one of three lots for construction works and services as defined by the NUTS and CPV.

As a condition of the Framework Agreement, the successful Tenderer for each Lot will be required to tender a minimum of 70% of the value of each construction project awarded under the Framework to sub-contractors via Procurement Hub's compliant solutions or alternative tender platforms. This will enable local supply chains and SMEs to bid for the vast majority of the Framework value. Current DPS solutions can be accessed via https://www.procurementhub.co.uk/opportunities

This framework is available for use by public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015 and additionally listed online at http://www.procurementhub.co.uk/eligibility-criteria/
II.1.5) Estimated total value:
Value excluding VAT: 4,200,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Scotland
Lot No: 1
II.2.2) Additional CPV codes:
45000000 - Construction work.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45110000 - Building demolition and wrecking work and earthmoving work.
45120000 - Test drilling and boring work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
45214000 - Construction work for buildings relating to education and research.
45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
45220000 - Engineering works and construction works.
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
45240000 - Construction work for water projects.
45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
45260000 - Roof works and other special trade construction works.
44211100 - Modular and portable buildings.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
31121000 - Generating sets.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71300000 - Engineering services.
71314000 - Energy and related services.
71314300 - Energy-efficiency consultancy services.
71400000 - Urban planning and landscape architectural services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71700000 - Monitoring and control services.
71800000 - Consulting services for water-supply and waste consultancy.
71900000 - Laboratory services.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
45211000 - Construction work for multi-dwelling buildings and individual houses.
70000000 - Real estate services.

II.2.3) Place of performance:
UKM SCOTLAND
UKM6 Highlands and Islands
UKM5 North Eastern Scotland
UKM9 Southern Scotland
UKM7 Eastern Scotland
UKM8 West Central Scotland

II.2.4) Description of procurement: Experienced suppliers are invited to apply for construction works and services in Scotland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. 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 any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 900,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
II.2) Description Lot No. 2

II.2.1) Title: England and Wales
Lot No: 2
II.2.2) Additional CPV codes:
45000000 - Construction work.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45120000 - Test drilling and boring work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
45214000 - Construction work for buildings relating to education and research.
45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
45220000 - Engineering works and construction works.
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
45240000 - Construction work for water projects.
45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
45260000 - Roof works and other special trade construction works.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
44211100 - Modular and portable buildings.
45110000 - Building demolition and wrecking work and earthmoving work.
31121000 - Generating sets.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71300000 - Engineering services.
71314000 - Energy and related services.
71314300 - Energy-efficiency consultancy services.
71400000 - Urban planning and landscape architectural services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71700000 - Monitoring and control services.
71800000 - Consulting services for water-supply and waste consultancy.
71900000 - Laboratory services.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
45211000 - Construction work for multi-dwelling buildings and individual houses.
70000000 - Real estate services.

II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Experienced suppliers are invited to apply for construction works and services in England and Wales. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. 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 any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,000,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Northern Ireland
Lot No: 3
II.2.2) Additional CPV codes:
45000000 - Construction work.
45100000 - Site preparation work.
45111000 - Demolition, site preparation and clearance work.
45110000 - Building demolition and wrecking work and earthmoving work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
44211100 - Modular and portable buildings.
45120000 - Test drilling and boring work.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
45214000 - Construction work for buildings relating to education and research.
45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings.
45220000 - Engineering works and construction works.
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
45240000 - Construction work for water projects.
45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry.
45260000 - Roof works and other special trade construction works.
45300000 - Building installation work.
45310000 - Electrical installation work.
45320000 - Insulation work.
45330000 - Plumbing and sanitary works.
45340000 - Fencing, railing and safety equipment installation work.
45350000 - Mechanical installations.
45400000 - Building completion work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
70110000 - Development services of real estate.
70111000 - Development of residential real estate.
70112000 - Development of non-residential real estate.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71300000 - Engineering services.
71314000 - Energy and related services.
71314300 - Energy-efficiency consultancy services.
71400000 - Urban planning and landscape architectural services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71700000 - Monitoring and control services.
71800000 - Consulting services for water-supply and waste consultancy.
71900000 - Laboratory services.
72224000 - Project management consultancy services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
31121000 - Generating sets.
70000000 - Real estate services.

II.2.3) Place of performance:
UKN0 Northern Ireland
UKN NORTHERN IRELAND

II.2.4) Description of procurement: Experienced suppliers are invited to apply for construction works and services in Northern Ireland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. 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 any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 300,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

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
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements justification for any duration exceeding 4 years: Procurement Hub recognises the considerable investment in infrastructure, equipment and people, process and systems required to create and manage the expert, local and responsive supply chains to operate this framework. An initial term of 48 months will only be extended by 24 months in accordance with the terms and conditions as set out in the procurement documentation.


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2021/S 000 - 021605
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/11/2021 Time: 12:00

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 month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 08/11/2021
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a)How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and
(b)How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Construction-work./8TZ78T2XD7

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 27/09/2021

Annex A