Department for Work and Pensions Estates Contractor Framework
DWP is looking to put in place prior to 01.04.18 a new Estates Contractor Framework providing Minor Works and Capital Projects together with all ancillary and incidental works.
United Kingdom-Sheffield: Construction work
2017/S 150-309720
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
West Street
Sheffield
S1 4EP
United Kingdom
Telephone: +44 1142943469
E-mail: ESTATES.PROJECTSTEAM@DWP.GSI.GOV.UK
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Estates Contractor Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
DWP is looking to put in place prior to 01.04.18 a new Estates Contractor Framework providing Minor Works & Capital Projects together with all ancillary & incidental works and/or services to cater for DWP’s estate, and to be made available to other Government Departments & Public Sector bodies who have a similar estate type & profile of project requirements as DWP’s (detailed further in VI.3). The framework will support DWP’s Estate of a national network of Job Centre Plus Offices, which are similar in nature to a retail shop with ‘over the counter’style service provision. DWP also have a number of regional Corporate Centre offices requiring periodic works of refurbishment & renewal. DWP are coming to the end of a 20 year PFI contract (the PRIME Contract) which delivered Business As Usual Minor Works & Estate Change Capital Works. By the end of the PRIME contract, it is anticipated that DWP will continue to have a national network of over 700 properties across England,Scotland & Wales.
II.1.5)Estimated total value
II.1.6)Information about lots
DWP are seeking to appoint:
Lot 1- 1 Nominated Contractor per each of 5 key regions.
Lot 2- 3 Nominated Contractors per each of 5 key regions.
Lot 3- 4 to 6 Nominated Contractors to serve National Mainland UK.
Contractors can apply to a maximum of 2 Regions on Lot 1 and/or a maximum of 2 Regions on Lot 2.
Contractors that apply to Lot 1 and/or Lot 2 cannot apply to Lot 3.
II.2.1)Title:
Regional Minor Works Projects and Programmes — 0 up to 250,000 GBP per Task Order
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
5 key regions for delivery are: 1.East Anglia, East & West Midlands 2.London & South East England 3.North West England & North Wales 4.Scotland & North East England 5.South Wales & South West England.
II.2.4)Description of the procurement:
DWP intend to award a Term Service Contract under this framework in each region to complete low value, non-complex minor works projects of a short duration for both corporate and back of house offices as well as front of house offices. Projects will cover estates business as usual work e.g. building fabric works and m&e projects. The Term Service Contract will last for a duration of 4 years, commencing on or around 1.4.2018, under which Task Orders will be called off.
Contractors should note that under Lot 1, where the any individual programme of works span more than one region, DWP reserves the right to award the relevant Task Order to the Contractor eligible for the highest proportion of that work based on their Lot allocation under the framework arrangements.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
DWP intends to call off from the framework for its Job Centre Plus network across the country and for its Corporate Centre offices and processing centres.
It should be noted that Contractors may be required to undertake design services as part of specific projects.
II.2.1)Title:
Projects and Programmes — 250 001 GBP up to 2 000 000 GBP per Call-Off Contract
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
5 key regions for delivery are: 1.East Anglia & East & West Midlands 2.London & South East England 3.North West England & North Wales 4.Scotland & North East England 5.South Wales & South West England.
II.2.4)Description of the procurement:
Shop Fit Out Projects for local front of house ‘over the counter’ style service centres that are retail in nature. Projects may cover refurbishment and/or rebranding work for an existing network as well as fit-out of new offices in support of a network estates functions.
Projects will cover refresh and rebranding work as well as fit-out.
DWP anticipates that any contract awarded under Lot 2 will be awarded on the basis of either a direct award or a mini competition between the three nominated contractors per key region, as further detailed within the Invitation to Tender and Framework Agreement.
Contractors should note that under Lot 2, where the any individual programme of works span more than 1 region, DWP reserves the right to award the relevant call off contact to the Contractor eligible for the highest proportion of that work based on their Lot allocation under the framework arrangements.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
DWP intends to call off from the framework for its Job Centre Plus network across the country and for its Corporate Centre offices and processing centres.
It should be noted that Contractors may be required to undertake design services as part of specific projects.
II.2.1)Title:
Major Projects — 2 000 001 GBP up to 8 000 000 GBP per Call-Off Contract
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
5 key regions for delivery are: 1.East Anglia & East & West Midlands 2.London & South East England 3.North West England & North Wales 4.Scotland & North East England 5.South Wales & South West England.
II.2.4)Description of the procurement:
Commercial office fit out projects for the regional/corporate centre offices and processing centres. Projects will involve reconfiguration of office general layouts to support office moves, changes in different business unit operations, introductions of smart working practises and fit out of newly acquired offices.
DWP anticipates that any contract awarded under Lot 3 will be awarded on the basis of a mini-competition between the 4-6 Nominated Contractors to serve the National Mainland UK.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
DWP intends to call off from the framework for its Job Centre Plus network across the country and for its Corporate Centre offices and processing centres.
It should be noted that Contractors may be required to undertake design services as part of specific projects.
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
Prospective bidders will be required to complete an SQ, part of which will include information about their suitability to pursue the professional activity.
III.1.2)Economic and financial standing
Prospective bidders will be required to complete an SQ, part of which will include information on economic and financial standing.
III.1.3)Technical and professional ability
Prospective bidders will be required to complete an SQ, part of which will include information on their technical and professional ability.
III.2.2)Contract performance conditions:
Parent company guarantees, and/or performance bonds may be required in appropriate circumstances.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
DWP (and any organisation lawfully utilising this framework) may adopt electronic auctioning as part of the Call-Off arrangements. Further details are set out under the Framework Agreement.
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.2)Information about electronic workflows
VI.3)Additional information:
1. The framework may be novated in its entirety over to the Crown Commercial Service (CCS) at any point throughout the duration of the framework however appointed suppliers will be notified 90 days in advance of the novation occurring.
2. A proportion of low value, high volume projects will be allocated to DWP’s Facilities Management provider.
3. The Framework Agreement and the Call-Off contracts uploaded to Bravo Solutions as at the date of this Contract Notice are draft and will be confirmed ahead of issuing the final Invitation to Tender (ITT).
4. This framework will be accessible for use by all UK Central Government Departments and their Arms Length Bodies; Non-Ministerial Departments and Executive Agencies; and, the Wider Public Sector (and any future successors to these organisations): Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide: https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide. Any Call-Off under the Framework Agreement by these parties shall be for works (as more generally described under this Contract Notice) and shall be based substantially on the form of the Scope and the Template Call-Off Agreement, as issued to contractors at ITT stage.
5. For reference, the description of ‘works’ for this framework shall mean;
‘the works or services comprising new building works and/or works of fit out, repair, replacement and/or refurbishment, including small works, minor works and/or intermediate works and related operations being undertaken at an office, shop, bureau, kiosk or other permanent or temporary building or unit used for the delivery of over-the-counter, telephone or consultant room style public services and advice and/or of commercial office and retail character that are envisaged by the ITT and the Template Call-Off Contract’.
6. Suppliers Instructions:
a. Register on the eSourcing portal: https://dwp.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 your chosen username & click ‘Save’. Keep the e-mail confirmation of your password secure.
b. Express an Interest: Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link (These are Pre-Qualification Questionnaires/Invitations to Tender open to any registered supplier). Click on PQQ_28785 DWP Estates Contractor Framework to access the content. Click the ‘Express Interest’ button (top of the page). This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page (A secure area reserved for your projects only). Access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box
c.Click ‘My Response’ under ‘PQQ/ ITT Details’, 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. Follow the onscreen instructions to complete the PQQ/ ITT- There may be a mixture of online & offline actions to complete (detailed online help available). To submit your reply use the ‘Submit Response’ button (top of page)
d. Consult the online help/eTendering help desk for further assistance. DWP expressly reserves the rights (i)to use a reverse auction; (ii)to cancel this procurement at any stage; (iii)to not award any contract as a result of the procurement process commenced by publication of this notice; (iv)and in no circumstances will DWP be liable or any costs incurred by potential suppliers.
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United KingdomInternet address:https://www.justice.gov.uk/courts/rcj-rolls-building/rcj
VI.5)Date of dispatch of this notice:
Related Posts
Tate Gallery Facilities Management Procurement
FSCS Facilities Management Tender London
Crawley Borough Council Leisure Facilities Management Contract
Facilities Management Contract Lanarkshire
Soft FM Services Tender Cambridge