LGSS Construction Framework
LGSS wishes to appoint Principal Contractors onto a Framework that will be used to deliver Works for a range of construction projects.
United Kingdom-Northampton: Construction work
2014/S 206-364027
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
LGSS on behalf of Northamptonshire County Council. (LGSS is a Shared Services venture set up by founding partners Cambridgeshire County Council and Northamptonshire County Council)
LGSS Procurement John Dryden House 8-10 The Lakes
Contact point(s): www.lgssprocurementportal.co.uk; Contract ID: 9LMF-BH7IIG
NN4 7YD Northampton
UNITED KINGDOM
E-mail: support@due-north.com
Internet address(es):
General address of the contracting authority: www.northamptonshire.gov.uk
Address of the buyer profile: http://www.northamptonshire.gov.uk/en/councilservices/Council/procurement/Pages/default.aspx
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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: LGSS wishes to appoint Principal Contractors onto a Framework that will be used to deliver Works for a range of construction projects.
The Framework is open, but not limited, to the following:
(i) All of LGSS including existing and/or future partners and other organisations delegating services and/or functions to LGSS (currently Northamptonshire County Council, Cambridgeshire County Council, Norwich City Council and Northampton Borough Council) who participate in the LGSS shared services venture;
(ii) Clients of LGSS — including, but not limited to Schools and Academies, Fire and Rescue, Health and Police Authorities;
(iii) Any City, District, Borough or other Local Authority within the counties of Northamptonshire and Cambridgeshire;
(iv) Any companies or organisations set up by participants in LGSS;
v) Central Bedfordshire Council as named collaborating Authority.
Access to the LGSS Construction Framework shall solely be controlled and managed by LGSS. Framework Providers shall not accept any instruction under this Framework other than from LGSS, unless otherwise notified by LGSS.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 36
Duration of the framework agreement
Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: The Framework will operate for a period of 3 years (from the award of the contract), with the option to extend for a further period of 1 year in 1 or more periods, making 4 years in total.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 000 and 1 000 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Framework will cover a full range of building types and will include, but not be limited to, education, social care, public infrastructure and public buildings such as community centres, libraries or offices.
LGSS will call off Works from this Framework by way of mini competition using the relevant Framework Band based on the pre-tender ‘Works’ budget.
The number of Framework Providers appointed to each Band shall vary. It is envisaged this will be as follows:
— Band A (100 000 GBP up to 1 500 000 GBP) — up to 8 Providers;
— Band B (1 500 000 GBP up to 3 000 000 GBP) — up to 8 Providers;
— Band C (3 000 000 GBP up to 6 000 000 GBP) — up to 8 Providers;
— Band D (6 000 000 GBP up to 10 000 000 GBP) — up to 6 Providers;
— Band E (10 000 000 GBP and above) — up to 6 Providers.
Sub-weightings to be used for evaluation of the Price criteria will be based on 30 % Overheads and 10 % Profit.
Please note that this is not an exclusive Framework and LGSS reserves the right to move to an open market procurement process for any project where LGSS believes that the Framework would either not offer best value for money or due to the sensitivity of the client project. The decision to use an open market procurement route, where commercially prudent to do so, will be made on a project by project basis.
The main objective of the LGSS Construction Framework will be to provide a Framework of excellent contractors who will positively engage with LGSS and LGSS clients and their consultants to provide construction that is highly functional and represents good value.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45211100, 45211360, 45212000, 45212212, 45212330, 45213000, 45213150, 45213240, 45213270, 45213312, 45214000, 45214200,45214300, 45214310, 45214320, 45214400, 45215000, 45215213, 45215214, 45215215, 45215221, 45215222, 45216120, 45216121, 45220000,45223320, 45223810, 45260000, 45111100, 44211100, 45453100, 45100000, 45300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Band A: 100 000 GBP up to 1 500 000 GBP;
Band B: 1 500 000 GBP up to 3 000 000 GBP;
Band C: 3 000 000 GBP up to 6 000 000 GBP;
Band D: 6 000 000 GBP up to 10 000 000 GBP;
Band E: 10 000 000 GBP and above.
Estimated value excluding VAT:
Range: between 500 000 000 and 1 000 000 000 GBP
II.2.2)Information about options
Information about lots
Lot No: 1Lot title: Band A: 100 000 GBP up to 1 500 000 GBP
2)Common procurement vocabulary (CPV)
45000000, 45211100, 45211360, 45212000, 45212212, 45212330, 45213000, 45213150, 45213240, 45213270, 45213312, 45214000, 45214200,45214300, 45214310, 45214320, 45214400, 45215000, 45215213, 45215214, 45215215, 45215221, 45215222, 45216120, 45216121, 45220000,45223320, 45223810, 45260000, 45111100, 44211100, 45453100, 45100000, 45300000
Lot No: 2Lot title: Band B: 1 500 000 GBP up to 3 000 000 GBP
2)Common procurement vocabulary (CPV)
45000000, 45211100, 45211360, 45212000, 45212212, 45212330, 45213000, 45213150, 45213240, 45213270, 45213312, 45214000, 45214200,45214300, 45214310, 45214320, 45214400, 45215000, 45215213, 45215214, 45215215, 45215221, 45215222, 45216120, 45216121, 45220000,45223320, 45223810, 45260000, 45111100, 44211100, 45453100, 45100000, 45300000
Lot No: 3Lot title: Band C: 3 000 000 GBP up to 6 000 000 GBP
2)Common procurement vocabulary (CPV)
45000000, 45211100, 45211360, 45212000, 45212212, 45212330, 45213000, 45213150, 45213240, 45213270, 45213312, 45214000, 45214200,45214300, 45214310, 45214320, 45214400, 45215000, 45215213, 45215214, 45215215, 45215221, 45215222, 45216120, 45216121, 45220000,45223320, 45223810, 45260000, 45111100, 44211100, 45453100, 45100000, 45300000
Lot No: 4Lot title: Band D: 6 000 000 GBP up to 10 000 000 GBP
2)Common procurement vocabulary (CPV)
45000000, 45211100, 45211360, 45212000, 45212212, 45212330, 45213000, 45213150, 45213240, 45213270, 45213312, 45214000, 45214200,45214300, 45214310, 45214320, 45214400, 45215000, 45215213, 45215214, 45215215, 45215221, 45215222, 45216120, 45216121, 45220000,45223320, 45223810, 45260000, 45111100, 44211100, 45453100, 45100000, 45300000
Lot No: 5Lot title: Band E: 10 000 000 GBP and above
2)Common procurement vocabulary (CPV)
45000000, 45211100, 45211360, 45212000, 45212212, 45212330, 45213000, 45213150, 45213240, 45213270, 45213312, 45214000, 45214200,45214300, 45214310, 45214320, 45214400, 45215000, 45215213, 45215214, 45215215, 45215221, 45215222, 45216120, 45216121, 45220000,45223320, 45223810, 45260000, 45111100, 44211100, 45453100, 45100000, 45300000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Defined within Information and Instructions Document.
III.2.3)Technical capacity
Defined within ITT Documentation.
Minimum level(s) of standards possibly required:
Defined within ITT Documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Technical (quality). Weighting 60
2. Pricing. Weighting 40
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: LGSS Procurement staff.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Such additional information should be required LGSS. (Refer to address in part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Crown Commercial Service
Rosebery Court St. Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
VI.5)Date of dispatch of this notice: