Component Primary Schools Framework
This commission is to design and build a standardised component solution to suit all primary schools be they all-through Primary, Junior or Infant and to suit a range of forms of entry (size of school).
United Kingdom-London: Primary school construction work
2016/S 157-284394
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
c/o Education Funding Agency, 20 Great Smith Street
London
SW1P 3BT
United Kingdom
Contact person: Richard Crosby
E-mail: offsiteworks.PSBP2@education.gsi.gov.uk
NUTS code: UKI1
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:
Component Primary Schools Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This commission is to design and build a standardised component solution to suit all primary schools be they all-through Primary, Junior or Infant and to suit a range of forms of entry (size of school). This framework includes the implementation of 9 initial primary schemes and the potential of further primary school schemes up to total project value of 95 000 000 GBP. The EFA intends to develop and apply the solution developed under this framework for use on further frameworks which will include primary school blocks and secondary school blocks.
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
East of England, London, East Midlands (England), West Midlands (England), South East (England), South West (England), North West (England), North East (England).
II.2.4)Description of the procurement:
The EFA intends to appoint 3 contractors to the framework agreement — a primary contractor and 2 reserve contractors. The primary contractor will deliver a group of 9 primary schools named in the framework agreement. The reserve contractors will deliver any such schemes in circumstances where the prime contractor is unable to deliver the scheme or disqualified pursuant to the terms of the framework agreement. The framework also allows for the introduction of future primary school schemes up to a maximum value (including the named schemes) of circa 95 000 000 GBP. These additional schemes will be open to the primary contractor and the 2 reserve contractors and subject to the mini-competition procedure set out in the framework agreement. Schemes may be located throughout England.
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
Candidates will be limited by applying the selection criteria set out in the pre-qualification questionnaire available from the above-mentioned contact point in section I.3)
II.2.10)Information about variants
II.2.11)Information about options
It it intended that an initial 9 primary school schemes will be delivered through the framework agreement. Further primary school schemes (including primary Free Schools) may be delivered through the framework agreement up to a total value of approximately 95 000 000 GBP.
II.2.13)Information about European Union funds
II.2.14)Additional information
Purchases from the Framework Agreement may be made by the Secretary of State for Education and by local authorities in England, academy trust companies and proprietors of free schools in England and governing bodies of maintained schools in England.
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
The successful candidates will be required to maintain insurance of the types and in the amounts set out in the framework agreement, available from the above-mentioned contact point.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
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.2.1)Previous publication concerning this procedure
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.3)Additional information:
The contracting authority welcomes expressions of interest from consortia. No particular legal form is required at the time of submission of expressions of interest or tenders. The contracting authority reserves the right,however, to require consortia to form a legal entity prior to the execution of the framework agreement or to require that each party to the consortium undertakes joint and several liability for the delivery of the framework agreement and contracts issued under it.
The Education Funding Agency has adopted Constructionline, a certification service for construction-related contractors, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity.
If you are already registered with Constructionline, you will not need to complete our full PQQ — simply complete the top section of the Compliance Questionnaire providing details of your Constructionline registration and you then only need to complete the separate project specific Technical questionnaire.
If you are not registered on Constructionline you can still participate and will need to provide a response to the full PQQ and complete all questions in the Compliance Questionnaire and Technical Questionnaire.
If you are registered with Constructionline, please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate, that you are registered for appropriate work categories, and that you have a suitable notation value in place. Please note that if the details held on Constructionline do not meet the mandatory requirements listed in the Technical Questionnaire, then you will either need to update your details on Constructionline or provide additional information with your response to the Technical Questionnaire to demonstrate compliance. You must ensure any changes are made to your information prior to the closing date of this notice. Please contact Andy Preston on 07584703352 or andrew.preston@capita.co.uk for assistance.
Candidates who wish to register with Constructionline may contact Tom Jackson on. 07712391082; orthomas.jackson@capita.co.uk If you wish to register in advance to avoid completing the compliance questionnaire, you will need to start the registration process as soon as possible and ensure that you achieve a fully registered status prior to the closing date of this notice.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Primary-school-construction-work./6VG9CB9B9F
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6VG9CB9B9F
GO Reference: GO-2016811-PRO-8618531.
I.1) Name and addresses:
Official name: Department for Education (for itself and on behalf of the contracting authorities described in Section II.2.14)).
VI.4.1)Review body
Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
N/A
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
N/A
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Construction Consultancy Framework Agreement
Tender Notice for Thorpe Park Refurbishment
Tender for Project Management Consultancy Services