London Construction Programme Major Works Framework 2019
The Council is procuring a new Major Works Framework (MWF), based on 5 category lots to be used by members for a period of 5 years.
United Kingdom-London: Construction work
2019/S 033-073319
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
London Borough of Haringey, Strategic Procurement, 1st Floor, River Park House, 225 High Road Wood Green
London
N22 8QR
United Kingdom
Contact person: Paul Tonkin
Telephone: +44 2084893918
E-mail: LCP-Framework-Works@Haringey.gov.uk
NUTS code: UKI
Address of the buyer profile: https://londonconstructionprogramme.co.uk/
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
London Construction Programme Major Works Framework (2019)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is procuring a new Major Works Framework (MWF), based on 5 category lots to be used by members for a period of 5 years. The MWF will replace the existing arrangement. It will be available for use by all public sector bodies in Greater London and the Home Counties for project values from 1 000 000 GBP up to 20 000 000 GBP plus. The MWF will commence in spring 2019 and be available for all types of construction, including construct only and design and build arrangements utilising the most appropriate industry form of contract or bespoke contract or developer’s agreement. Call-off contracts may be carried out either based on a direct award, (except bespoke or developers agreement) or on the basis of a mini-competition. Contracting Authorities will have the option to directly call-off for projects valued up to 2 500 000 GBP. Direct awards for projects valued above 2 500 000 GBP shall be carried out in accordance with the direct call-off procedure under the Framework Agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Housing and Residential
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex, LONDON, Kent, Hertfordshire, Surrey, East and West Sussex, Berkshire, Buckinghamshire CC.
II.2.4)Description of the procurement:
The lot category of housing and residential will be open to public sector organisations based within the Greater London and the Home Counties identified above and cover all types of construction projects in the following value bands, based for the regions of London (split into 5 sub-lots being the central, north, east, south and west London regions), of a value between 1-5 000 000 GBP GBP; 5-10 000 000 GBP GBP (pan London); 10-20 000 000 GBP (pan London) and 20 000 000 plus GBP (pan London), provided that they can be categorised as housing and residential (but which may form part of an overall estate regeneration scheme). Public sector bodies located in the Home Counties can access the nearest London regional sub lot to their location, for contracts up to a value range of 1 000 000-5 000 000 GBP. The works and related services will comprise of all types of building construction works and associated mechanical, electrical works and services and may include design and other services as required for a regeneration programme, develop and construct/refurbishment/turnkey or design and build works and projects that can be categorised as housing and residential. Non-public body organisations can use the framework to comply with conditions associated with the use of public funds for works projects. Construction firms selected to join the Lot 1 MWF for both the individual London regions and pan London will be expected to work collaboratively with LCP members, either by single or 2 stage tendering and if following 2 stage tendering to provide clear project support throughout the pre-construction services phase including providing firms prices for the main works programme that complies with KPI 11. This Lot has 5 sub-lots based on the regions of London for projects in the value band 1-5 000 000 GBP. There is a restriction pursuant to Regulation 46 of the PCRs 2015, in that Suppliers can only apply and be awarded places on 3 of the regional sub-lots, those being Lot 1.1A central region, Lot 1.1B north region, Lot 1.1C east region, Lot 1.1D south region and Lot 1.1E west region. Furthermore, suppliers applying or being awarded places on 3 of the regional sub-lots should not apply and will not be awarded places on Lot 1.2, 5-10 000 000 GBP (pan London), Lot 1.3 (pan London) 10-20 000 000 GBP and Lot 1.4 (pan London) 20 000 0000 GBP plus.
There is no restriction on Suppliers applying for, or being awarded places on Lot 1.2, 5-10 000 000 GBP (pan London), Lot 1.3 (pan London) 10-20 000 000 GBP and/or Lot 1.4 (pan London) 20 000 000 GBP plus, provided that they should not also apply for any of the 5 regional sub-lots for projects in the value band of 1-5 000 000 GBP. The Council will appoint up to 6 of the top scoring Suppliers to each lot, or regional sub-lot. In the event that 2 or more Suppliers score equal at 6th place for any of the 8 lots/sub-lots within Lot 1, the Council reserves the right to appoint both/all 6th place ranked Suppliers to the MWF.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the LCP website www.LondonConstructionProgramme.co.uk
II.2.1)Title:
Education and Leisure
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex, LONDON, Kent, Hertfordshire, Surrey, East and West Sussex, Berkshire, Buckinghamshire CC.
II.2.4)Description of the procurement:
The lot category of education and leisure will be open to public sector organisations based within the Greater London and the Home Counties identified above and cover all types of construction projects in the following value bands, based for the regions of London (split into 5 sub-lots being central, north, east, south and west London regions) of a value between 1-5 000 000 GBP; 5-10 000 000 GBP (pan London); 10-20 000 000 GBP (pan London) and over 20 000 000 plus GBP (pan London), provided that they can be categorised as education and leisure. Public sector bodies located in the Home Counties can access the nearest London regional sub lot to their location for contracts up to a value range of 1 000 000-5 000 000 GBP. The works and related services will comprise of all types of building construction works and associated mechanical, electrical and services works and may include design and other services as required for a regeneration programme, develop and construct/refurbishment/turnkey or design and build works project work that can be categorised as education and leisure. Non-public body organisations can use the framework to comply with conditions associated with the use of public funds for works projects. Construction firms selected to join the Lot 2 MWF for both the individual London regions and pan London will be expected to work collaboratively with LCP members, either by single or 2 stage tendering and if following 2 stage tendering to provide clear project support throughout the pre-construction services phase including providing firms prices for the main works programme. This lot has 5 sub-lots based on the regions of London for projects in the value band 1-5 000 000 GBP. There is a restriction pursuant to Regulation 46 of the PCRs 2015, in that Suppliers can only apply and be awarded places on 3 of the regional sub-lots, those being Lot 2.1A central region, Lot 2.1B north region, Lot 2.1C east region, Lot 2.1D south region and Lot 2.1E west region. Furthermore, Suppliers applying or being awarded places on 3 of the regional sub-lots should not apply and will not be awarded places on Lot 2.2, 5-10 000 000 GBP (pan London), Lot 2.3 (pan London) 10-20 000 000 GBP and Lot 2.4 (pan London) 20 000 000 GBP plus. There is no restriction on suppliers applying for, or being awarded places on Lot 2.2, 5-10 000 000 GBP (pan London), Lot 2.3 (pan London) 10-20 000 000 GBP and/or Lot 2.4 (pan London) 20 000 000 GBP plus, provided that they should not also apply for any of the 5 regional sub-lots for projects in the value band of 1-5 000 000 GBP. The Council will appoint up to 6 of the top scoring suppliers to each lot, or regional sub-lot. In the event that 2 or more Suppliers score equal at 6th place for any of the 8 lots/sub-lots within Lot 2, the Council reserves the right to appoint both/all 6th place ranked suppliers to the MWF.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the LCP website www.LondonConstructionProgramme.co.uk
II.2.1)Title:
Capital Projects
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex, LONDON, Kent, Hertfordshire, Surrey, East and West Sussex, Berkshire, Buckinghamshire CC.
II.2.4)Description of the procurement:
The lot category of capital projects will be open to public sector organisations based within the Greater London and the Home Counties identified above and cover all types of construction projects in the following value bands, based for the regions of London (split into 5 sub-lots being the central, north, east, south and west London regions) of a value between 1-5 000 000 GBP; 5-10 000 000 GBP (pan London); 10-20 000 000 GBP (pan London) and over 20 000 000 plus GBP (pan London), provided that they can be categorised as capital projects. Public sector bodies located in the Home Counties can access the nearest London regional sub-lot to their location for contracts up to a value range of 1 000 000-5 000 000 GBP. The works and related services will comprise of all types of building construction works and associated mechanical, electrical and services works and may include design and other services as required for a regeneration programme, develop and construct/refurbishment/turnkey or design and build works project work that can be categorised as capital projects. Non-public body organisations can use the framework to comply with conditions associated with the use of public funds for works projects. Construction firms selected to join the Lot 3 of LCP MWF for both the individual London regions and pan London will be expected to work collaboratively with LCP members, either by single or 2 stage tendering and if following 2 stage tendering to provide clear project support throughout the pre-construction services phase including providing firms prices for the main works programme. This lot has 5 sub-lots based on the regions of London for projects in the value band 1-5 000 000 GBP. There is a restriction pursuant to Regulation 46 of the PCRs 2015, in that Suppliers can only apply and be awarded places on 3 of the regional sub-lots, those being Lot 3.1A central region, Lot 3.1B north region, Lot 3.1C east region, Lot 3.1D south region and Lot 3.1E west region. Furthermore, suppliers applying or being awarded places on 3 of the regional sub-lots should not apply and will not be awarded places on Lot 3.2, 5-10 000 000 GBP (pan London), Lot 3.3 (pan London) 10-20 000 000 GBP and Lot 3.4 (pan London) 20 000 000 GBP plus. There is no restriction on suppliers applying for, or being awarded places on Lot 3.2, 5-10 000 000 GBP (pan London), Lot 3.3 (pan London) 10-20 000 000 GBP and/or Lot 3.4 (pan London) 20 000 000 GBP plus, provided that they should not also apply for any of the 5 regional sub-lots for projects in the value band of 1-5 000 000 GBP. The Council will appoint up to 6 of the top scoring suppliers to each lot, or regional sub-lot. In the event that 2 or more suppliers score equal at 6th place for any of the 8 lots/sub-lots within Lot 3, the Council reserves the right to appoint both/all 6th place ranked suppliers to the MWF.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the LCP website www.LondonConstructionProgramme.co.uk
II.2.1)Title:
Heritage and Historical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex, LONDON, Kent, Hertfordshire, Surrey, East and West Sussex, Berkshire, Buckinghamshire CC
II.2.4)Description of the procurement:
The lot category of heritage and historical projects will be open to public sector organisations based within Greater London and the Home Counties identified above and cover all types of construction projects within Lot 4 for projects valued at 1 000 000 GBP plus (pan London), provided they can be categorised as heritage and historical projects. The works and related services will comprise of all types of building construction works and associated mechanical, electrical and services works and may include design and other services as required for a regeneration programme, develop and construct/refurbishment /turnkey or design and build works project work that can be categorised as heritage and historical projects. Non-public body organisations can use the framework to comply with conditions associated with the use of public funds for works projects. Construction firms selected to join the Lot 4 MWF for both the individual London regions and pan London will be expected to work collaboratively with LCP members, either by single or 2 stage tendering and if following 2 stage tendering to provide clear project support throughout the pre-construction services phase including providing firms prices for the main works programme. The Council will appoint up to 6 of the top scoring suppliers to this lot. In the event that 2 or more suppliers score equal at 6thplace for Lot 4, the Council reserves the right to appoint both/all 6th place ranked suppliers to the MWF.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the LCP website www.LondonConstructionProgramme.co.uk
II.2.1)Title:
Highways and Public Realm
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex, LONDON, Kent, Hertfordshire, Surrey, East and West Sussex, Berkshire, Buckinghamshire CC.
II.2.4)Description of the procurement:
The lot category of highways and public realm projects will be open to public sector organisations based within Greater London and the Home Counties identified above and cover all types of construction projects of 1 000 000 plus GBP (pan London) provided they can be categorised as heritage and historical projects. The works and related services will comprise of all types of highways/building construction works and associated mechanical, electrical and services works and may include design and other services as required for a regeneration programme, develop and construct/refurbishment/turnkey or design and build works project work that can be categorised as highways and public realm projects. Non-public body organisations can use the framework to comply with conditions associated with the use of public funds for works projects. Construction firms selected to join the Lot 5 MWF pan London will be expected to work collaboratively with LCP members, either by single or two stage tendering and if following 2 stage tendering to provide clear project support throughout the pre-construction services phase including providing firms prices for the main works programme. The Council will appoint up to 6 of the top scoring suppliers to this lot. In the event that 2 or more suppliers score equal at 6th place within Lot 5, the Council reserves the right to appoint both/all 6th place ranked suppliers to the MWF.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Please refer to the LCP website www.LondonConstructionProgramme.co.uk
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
Bidders must complete a selection questionnaire.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Under the Framework Agreement(s) and contract(s) awarded pursuant to this Contract Notice, the successful applicants and any supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to recruitment and training and supply chain initiatives and environmental and social sustainability. Accordingly, the contract performance conditions may relate in particular to social and/or environmental requirements.
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
A 5 year framework will correlate with the Council’s regeneration programme as well as incentivisation offered by the GLA and central government around mandatory requirements to address housing need in Greater London and the Home Counties. A 5 year framework provides incentives to suppliers to recruit and train staff, as well as access to savings through aggregation of purchaser demand.
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.2.4)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
IV.2.7)Conditions for opening of tenders
London Borough of Haringey.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The framework is open to all public sector organisations within the specified geographic area which broadly covers:
1) Greater London
2) The Home Counties (Berkshire, Herts, Buckinghamshire, Essex, Kent, Surrey and Sussex; and
3) As defined in the ITT and by the NUTS codes in Section II.1.2 of this notice. To include (but are not limited to):
Local Authorities include all County, City, District and Borough Councils, London Borough and London public sector organisations http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1 http://www.direct.gov.uk/en/Dl1/ Directories/Local councils/index.htm or http://openlylocal.com/councils/all
Central Government Department and Agencies https://www.gov.uk/government/organisations#agencies-and– public-bodies
Government Departments, agencies and public bodies https://www.gov.uk/government/organisations educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, further education establishments; higher education establishments and other educational establishments).
http:// www.schoolswebdirectory.co.uk/
http://www.education.gov.uk/edubase/public/quickSearchResult.xhtml? myListCount=0
https://www.gov.uk/find-school-in-england
http://schoolsfinder.direct.gov.uk/schoolsfinder
http://www.schoolswebdirectory.co.uk/
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://learning-provider.data.ac.uk/ukprn/10007822.html
National Parks Authorities http:// www.nationalparks.gov.uk
Social Enterprises within Culture and Leisure: http://www.sporta.org/member-directory
Registered providers of Social Housing:
https://www.gov.uk/government/publications/current-registered– providers-of-social-housing
http://www.homesandcommunities.co.uk/
Police Forces http://www.police.uk/?view=force_sites https://www.gov.uk/police-and-crime-commissioners
Fire and Rescue Services http://www.fireservice.co.uk/information/ukfrs NHS
Bodies England http:// www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/servicedirectories/Pages/primarycaretrustlisting.aspx
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
http:// www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/ AmbulanceTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx
http://www.nhs.uk/ ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/ OtherListing.aspx
Third Sector and Charities in the United Kingdom:
http://www.charity-commission.gov.uk/
http://www.charitycommissionni.org.uk/
Local Enterprise Partnerships (LEP’s):
Public service providers e.g. General Practitioners’ Surgeries www.nhs.uk/service-search/go/locationsearch/4 Greater London Authority Group, Transport for London, London Fire and Emergency Planning Association, (London Fire Brigade), Mayor’s Office for Policing and Crime, Royal Parks and any subsequent body included in the GLA group.
Police and Emergency Services in Greater London.
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons.
The Canal and River Trust and any successor organisations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./4765875595
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4765875595
GO Reference: GO-2019212-PRO-14060586
VI.4.1)Review body
1st Floor River Park House, 225 High Road, Wood Green
London
N22 8QR
United Kingdom
Telephone: +44 2084893918
E-mail: LCP-WORKS@HARINGEY.GOV.UKInternet address: www.londonconstructionprogramme.co.uk
VI.4.2)Body responsible for mediation procedures
Fetter Lane
London
WC2
United Kingdom
VI.4.3)Review procedure
Not provided.
VI.4.4)Service from which information about the review procedure may be obtained
Strand
London
WC2
United Kingdom
VI.5)Date of dispatch of this notice: