Major Works Framework Agreement Glasgow and Paisley
The University of Strathclyde is looking to establish a replacement Framework for Major Building Contractors to support the delivery of its ongoing Capital Investment Plan.
United Kingdom-Glasgow: Construction work
2017/S 101-200117
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
181 St James Road, Estates Management
Glasgow
G4 0NT
United Kingdom
Contact person: Lauren Leitch
Telephone: +44 1415484310
E-mail: lauren.leitch@strath.ac.uk
NUTS code: UKM34Internet address(es):Main address: http://www.strath.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
United Kingdom
Telephone: +44 1416186400
E-mail: cpu@renfrewshire.gov.uk
Fax: +44 1416187050
NUTS code: UKM35Internet address(es):Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.1)Name and addresses
Renfrewshire House, 5th Floor, North Building, Cotton Street
Paisley
PA1 1LL
United Kingdom
Telephone: +44 1416187390
E-mail: craig.connelly@renfrewshire.gov.uk
NUTS code: UKM35Internet address(es):Main address: http://www.renfrewshireleisure.com
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23182
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Major Works Framework Agreement.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Strathclyde has invested over 350M over the last 10 years in improvements and development of its Estate and Facilities, to support its goal to be the Leading International Technological University as set out within its 2015-2020 Strategic Plan.
The University of Strathclyde is looking to establish a replacement Framework for Major Building Contractors to support the delivery of its ongoing Capital Investment Plan, for construction work with values exceeding 4.0M. The estimated total value of this Framework Agreement is 2.5M. Typical project values are likely to be in a range between 4.0M and 50M with a the potential for both new build and refurbishment. It is anticipated that this Framework will be for duration of 4 years with a 2 year + 1 year + 1 year extension from commencing in 2017 until 2021.
Candidates are advised that the estimated value of this procurement includes the potential usage by Renfrewshire Council and Renfrewshire Leisure Limited.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Background
The University of Strathclyde has invested over 350 000 000 GBP over the last 10 years in improvements and development of its Estate and Facilities, to support its goal to be the Leading International Technological University as set out within its 2015-2020 Strategic Plan.
This development programme has been delivered through the use of a number of Frameworks for Construction Consultancy Services and for Building Contractors. A New Construction Consultancy Framework has been implemented in Spring 2017, together with a New Minor Works Framework Agreement for works up to 750k and for works between 750k and 4.0M. This Framework is anticipated to run between 2017 and 2021.
The University of Strathclyde is looking to establish a replacement Framework for Major Building Contractors to support the delivery of its ongoing Capital Investment Plan, for construction work with values exceeding 4.0M. The estimated total value of this Framework Agreement is 250 000 000 GBP (Please be advised that this estimated value includes potential spend by Renfrewshire Council and Renfrewshire Leisure Limited). Typical project values are likely to be in a range between 4.0M and 50M. It is anticipated that this Framework will be for duration of 4 years with a 2 year + 1 year + 1 year extension from commencing in 2017 until 2021.
Delivery Strategy
Projects delivered under this Framework are likely to be a mix of both New Build and Refurbishment works located in West Central Scotland with a mix of complex accommodation including:- (a) Teaching & Learning Facilities, (b) office accommodation, (c) laboratories, workshops and technical facilities, (d) social areas, (e) residential accommodation, (f) maintenance works (replacement of building services and building fabric), (g) civil works.
Procurement of individual projects under the Framework may include NEC3 and SBCC / JCT or equivalent forms of contract and utilise traditional, 2 stage, design and build (with and without design team novation) or other contract types as determined by the employer and design team during the design stage of each project.
The University is seeking to appoint, considerate, collaborative, knowledgeable Contractors who take cognisance of Total Cost of Ownership, Value Engineering and Corporate Social Responsibility.
The University is seeking to appoint Contractors who have well motivated professional teams who are customer and programme focussed.
The University is seeking to appoint Contractors who are committed to supporting their supply chain and who operate a fair and transparent supply chain management system including fair and timely payment to the supply chain.
Renfrewshire Council and Renfrewshire Leisure Limited are working in collaboration with the University and will have the ability to call off under this Framework Agreement. The range of works is anticipated to be of a similar nature to the University and it is anticipated that there is a potential for both new build and refurbishment projects. Complex buildings are likely to range from educational/ teaching facilities to community facilities.
Please refer to the document entitled Guidance on the Conditions of Participation attached on PCS-T for guidance on the evaluation of the ESPD and for full evaluation guidance of ESPD question 4C.1.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS-T messaging system.
The process we will apply will be:
— Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.
— Bidder’s must pass the minimum standards sections of the ESPD (Scotland).
Part III and Section B of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored using a 0-4 Scoring Convention
0 Unacceptable, 1 Poor, 2 Acceptable, 3 Good, 4 Excellent.
Bidders are advised that this is the basic scoring convention and should refer to the document attached with PCS-T entitled Guidance on the Conditions of Participation for the full scoring convention for each question within Section C Part IV.
— The responses to the questions of Section III.1.3 of the Contract Notice will be weighted the following way: Please see ESPD (Scotland)
Question 4C.1.1: 70 %, 4C.4 10 %, 4C 6 10 %, 4C.7 10 %
— It is anticipated that the eight highest scoring bidders will be invited to Stage 2 ITT.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.1 of the notice is not applicable to this procurement exercise.
III.1.2)Economic and financial standing
Please refer to these statements when completing section 4B of the ESPD (Scotland).
Statement for 4B 2.2
Bidders will be required to have an average yearly turnover of a minimum of 80 000 000 GBP for the last 3 years.
Statement for 4B 3
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Statement for 4B5.1- 5.3
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types of insurance indicated below.
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
Public Liability Insurance = 10 000 000 GBP.
Professional Indemnity Insurance = 5 000 000 GBP.
Motor Vehicle Insurance = Statutory Requirement.
Contractors All Risk Insurance — Candidates are advised that this will be required for each contract awarded under this Framework Agreement and must confirm that this will be provided.
Candidates are also advised that these insurance levels are as a minimum and may be increased in relation to a particular requirement under this Framework Agreement.
III.1.3)Technical and professional ability
4C.1.1
Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
4C.4
Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.
4C.6
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Construction Industry Training Board (CITB)
4C.7
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Ability to comply with environmental legislation and effective site management of legislative requirements for all environment aspects.
Site staff that are trained to IEMA standards and be able to prove this by making their certificates available for inspection by the University.
III.2.2)Contract performance conditions:
These will be detailed within the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Standard Statements
Exclusion Grounds:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Statement for ESPD Question 4D.1
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Health and Safety Procedures
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Please refer to the attachment entitled Contract Notice Additional Information for full details.
Statement for ESPD Question 4D.2
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
Please refer to the attachment entitled Contract Notice Additional Information for full details.
Guidance on completion of Stage 1 can be found on Public Contracts Scotland Tender within the General Supplier Attachment Area (document entitled Guidance on the Conditions of Participation), Bidders are advised to read this document thoroughly prior to completing a response.
Award Criteria Stage 2 ITT
The Price/ Quality Split for Stage 2 ITT will be 60 % Price/ 40 % Quality. The following scoring mechanism will be applied to the Quality Evaluation
The award criteria questions and weightings will be published in the ITT.
The scoring convention for Award Criteria will be as follows:
0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8253. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Tangible Community Benefits will not be required as part of this establishment of this Framework Agreement, however bidders are advised that Community Benefits shall be sought under each call-off of this Framework Agreement and will be a required commitment.
Details on the Community Benefit Process shall be detailed within Stage 2 of this process.
Tenderers will be required to confirm they will commit to providing Community Benefits for each contract established under this Framework Agreement.
(SC Ref:495429).
VI.4.1)Review body
181 St James Road, Estates Management
Glasgow
G4 0NT
United Kingdom
Telephone: +44 1415484310Internet address:http://www.strath.ac.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Construction Consultancy Framework – Southern Universities Construction Consultancy Affinity Group
Education Authority Northern Ireland Pre-Qualified List for Building Works
Theatre Consultant Requirement – London
Building Services Engineer Requirement – London
DLO Subcontractor Framework Caerphilly