UK-Preston: Construction work.

UK-Preston: Construction work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Places for People Group Limited
4 The Pavilions, Portway, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: info@procurementhub.co.uk
Main Address: https://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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 4,200,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Scotland
Lot No:1

II.2.2) Additional CPV code(s):
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
Nuts code:
UKM - SCOTLAND
UKM6 - Highlands and Islands
UKM5 - North Eastern Scotland
UKM7 - Eastern Scotland
UKM8 - West Central Scotland

Main site or place of performance:
SCOTLAND
Highlands and Islands
North Eastern Scotland
Eastern Scotland
West Central Scotland


II.2.4) Description of the 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, preconstruction 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, inhouse 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:
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30


II.2.11) Information about options
Options: Yes
Description of these options:The framework is awarded for a period of 48 months. 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.2.13) 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: Priorities under the Public Services (Social Value) Act 2012 the contracting authority must consider are described in the procurement documents.

II.2) Description (lot no. 2)


II.2.1) Title:England and Wales
Lot No:2

II.2.2) Additional CPV code(s):
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.
45211000 - Construction work for multi-dwelling buildings and individual houses.
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.
70000000 - Real estate services.


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

Main site or place of performance:
EAST OF ENGLAND
LONDON
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
WALES
SOUTH EAST (ENGLAND)
SOUTH WEST (ENGLAND)
UNITED KINGDOM
YORKSHIRE AND THE HUMBER
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)


II.2.4) Description of the 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, preconstruction 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, inhouse 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:
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30


II.2.11) Information about options
Options: Yes
Description of these options:The framework is awarded for a period of 48 months. 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.2.13) 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: Priorities under the Public Services (Social Value) Act 2012 the contracting authority must consider are described in the procurement documents.

II.2) Description (lot no. 3)


II.2.1) Title:Northern Ireland
Lot No:3

II.2.2) Additional CPV code(s):
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
Nuts code:
UKN0 - Northern Ireland
UKN - NORTHERN IRELAND

Main site or place of performance:
Northern Ireland
NORTHERN IRELAND


II.2.4) Description of the 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, preconstruction 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, inhouse 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:
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30


II.2.11) Information about options
Options: Yes
Description of these options:The framework is awarded for a period of 48 months. 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.2.13) 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: Priorities under the Public Services (Social Value) Act 2012 the contracting authority must consider are described in the procurement documents.


Section IV: Procedure

IV.1) Description

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: Yes


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2021/S 000-023925



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: 1
Title: Scotland

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 26/01/2022

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Robertson Construction Group Limited, SC347921
10 Perimeter Road, Pinefield, Elgin, Moray, IV30 6AE, United Kingdom
NUTS Code: UKM
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 900,000,000
Total value of the contract/lot: 900,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:

Proportion: 70%
Short description of the part of the contract to be subcontracted:
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.

Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: England and Wales

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 26/01/2022

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Willmott Dixon Construction Limited, 00768173
Suite 201 The Spirella Building, Bridge Road, Letchworth Garden City, SG6 4ET, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,000,000,000
Total value of the contract/lot: 3,000,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:

Proportion: 70%
Short description of the part of the contract to be subcontracted:
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.

Award Of Contract (No.3)

Contract No: Not Provided
Lot Number: 3
Title: Northern Ireland

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 26/01/2022

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Farrans Construction trading as a division of Northstone (NI) Limited, NI004078
99 Kingsway, Dunmurry, Belfast, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 300,000,000
Total value of the contract/lot: 300,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:

Proportion: 70%
Short description of the part of the contract to be subcontracted:
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.
Section VI: Complementary information

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.
To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=659741319

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 has observed a standstill period following the award of the
framework agreement and will conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom

VI.5) Date of dispatch of this notice: 27/01/2022