Construction and Property Contractors’ Framework 2013 – 2017
A Framework Agreement in four lots for the provision of various Construction and Property Contractors’ works, with no set maximum individual value for each individual project.
UK-Chichester: Construction work
2013/S 106-180934
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West Sussex County Council
County Hall
For the attention of: Tony Hudson
PO19 1RG Chichester
UNITED KINGDOM
E-mail: consultants.contractors@westsussex.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Housing and community amenities
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Construction and Property Contractors’ Framework 2013 – 2017.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: West Sussex.
NUTS code UKJ24
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 120 000 000 and 300 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
A Framework Agreement in four lots for the provision of various Construction and Property Contractors’ works, with no set maximum individual value for each individual project.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This tender is to establish a Framework Agreement for the construction and property contractors works. The works are split between the following Lots:
Lot 1: building works 0 GBP – 75,000 GBP;
Lot 2: building works 75,001 GBP – 500,000 GBP;
Lot 3: building works 500,001 GBP – 2,000,000 GBP;
Lot 4: building works 2,000,001 and greater.
Estimated value excluding VAT:
Range: between 120 000 000 and 300 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 001 Lot title: Building works
1)Short description
The provision of construction works under the JCT Framework Agreement for projects works with a maximum individual value of between 0 GBP and 75,000 GBP, and to include both traditional and design and build forms of procurement.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The scope of services is as described in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 0 and 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 002 Lot title: Building works
1)Short description
The provision of construction works under the JCT Framework Agreement for project works with an individual value of between 75,001 GBP to 500,000 GBP, including both traditional and design and build forms of procurement.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The scope of services is as described in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 0 and 50 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 003 Lot title: Building works
1)Short description
The provision of construction works under the JCT Framework Agreement for project works with an individual value of between 500,001 GBP to 2,000,000 GBP, including both traditional and design and build forms of procurement.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The scope of services is as described in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 0 and 150 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 004 Lot title: Building works
1)Short description
The provision of construction works under the JCT Framework Agreement for project works with an individual value of 2,000,001 GBP and above (to no set maximum value) and to include both traditional and design and build forms of procurement.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
The scope of services is as described in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 0 and 200 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require project specific performance bonds or a parent company guarantee from appointed providers.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the invitation to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If not an individual, a single legal entity constituted in accordance with applicable law within the EU.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As stated in the invitation to tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once) – Browse to the eSourcing Portal: https://westsussex.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the Pre-Qualification Questionnaire and Invitation to tender.
Minimum level(s) of standards possibly required: As stated in the Pre-Qualification Questionnaire and Invitation to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the Pre-Qualification Questionnaire and Invitation to tender.
Minimum level(s) of standards possibly required:
As stated in the Pre-Qualification Questionnaire and Invitation to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 36
Objective criteria for choosing the limited number of candidates: The number of operators invited to tender is unlimited and will be determined by the response to the selection criteria set out in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.7.2013 – 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.7.2013 – 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Contracting Authority will enter into the Framework Agreement for itself and on behalf of:
– the seven District and Borough Councils (Chichester District Council, Crawley Borough Council, Arun District Council, Adur District Council, Worthing Borough Council, Horsham District Council and Mid-Sussex District Council) and the parish councils within West Sussex;
– the Sussex Police Authority;
– the South Downs National Park Authority; and
– all West and East Sussex schools including Academies,
(“the Named Contracting Authorities”).
and any such Named Contracting Authority shall be entitled to access and use of the Framework Agreement and award a specific call-off contract or call-off contracts to the appointed providers pursuant to the Framework Agreement.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
West Sussex County Council
County Hall
PO191RQ Chichester
Body responsible for mediation procedures
West Sussex County Council
County Hall
PO191RQ Chichester
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:31.5.2013