Priority School Building Programme North West
The Priority School Building Programme (“PSBP”) is a new schools programme. Its purpose is to rebuild/refurbish 261 schools.
United Kingdom-London: Building services
2013/S 216-375997
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Education Funding Agency
33 Greycoat Street
For the attention of: Russell Eacott, Head of Programme Management Office
SW1 2QF London
UNITED KINGDOM
Telephone: +44 3700002288
E-mail: nw-pf.psbp@education.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://www.education.gov.uk/schools/adminandfinance/schoolscapital/priority-school-building-programme
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Department for Education
Sanctuary Buildings, Great Smith Street
SW1P 3BT London
UNITED KINGDOM
Section II: Object of the contract
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Wirral
Chester
Stockport
Halton
Blackpool
Manchester
Wigan
NUTS code UKD54,UKD42,UKD3,UKD31,UKD21,UKD2
The Education Funding Agency (“EFA”) is seeking contractors to design, build, finance and maintain new educational facilities and provide services for batch 3 of the PSBP programme in the North West of England. It is anticipated that the services are likely to include hard facilities management services and may also include some soft facilities services. The proposed term of the Contract will include an estimated 24 month construction phase and a 25 year operational term from the service commencement date of the final school to be completed in this batch.
The educational facilities will be delivered using the private finance (PF2) model to provide twelve new build primary and secondary schools in the North West of England. The schools involved in this third batch are:
– Bedford Drive Primary School;
– Blacon High School;
– Bridge Hall Primary School;
– Dee Point Primary School;
– Halebank C E Primary School;
– Hawes Side Academy;
– J H Godwin Primary School;
– Neston High School;
– Palatine Sports College;
– Plymouth Grove Primary School;
– Ridgeway High School;
– The Deanery CE High School and Sixth Form College.
Further details are contained within the Descriptive Document and Pre-Qualification Questionnaire (“PQQ”). Please refer to section VI.3 for details of how to obtain these documents.
71315000, 45110000, 45210000, 45214500, 45214200, 45214000, 45453100, 45214320, 45214300, 45214230, 45214220, 45214210, 45214400, 50700000, 70000000, 70332000, 71200000, 71541000, 75200000, 77314000, 77320000, 79420000, 79710000, 80000000, 79993000
Estimated value excluding VAT:
Range: between 80 000 000 and 120 000 000 GBP
Section III: Legal, economic, financial and technical information
(a) require bidders to arrange finance as required to fund the scope described in II.2.1; or
(b) directly finance any part of the required funding or services; or
(c) consider any other alternative funding.
Description of particular conditions: Under this project the contractor will be required to contribute towards the achievement of social and/ or environmental policy objectives relating to the recruitment, training and supply chain initiatives. Accordingly, contract performance conditions may include social and environmental considerations.
Minimum level(s) of standards possibly required: As set out in the PQQ.
In accordance with Regulation 25 of the Public Contracts Regulations 2006, as amended and as set out in the PQQ available from the address in section I.1.
Bidders are also required to demonstrate compliance with the minimum standards for reliability having regard to past performance (the “Past Performance Standards”). Bidders are required to supply the following information in order to demonstrate compliance:
(a) The bidder must supply a list comprising a statement of all the Relevant Services provided in the previous five years by the entity or entities specified in (b) and (c) below.
“Relevant Services” comprise
(a) programme management services;
(b) project development services;
(c) procurement consultancy services;
(d) architectural services;
(e) engineering services;
(f) construction services;
(g) technical services;
(h) building services;
(i) hard facilities management services;
(j) soft facilities management services;
(k) information communication and technology (“ICT”) services;
which were provided in relation to an education or other comparable projects under Private Finance Initiative (PFI) and/or design and build arrangements.
Any reference to a “bidder” or “entity” includes a reference to a consortium, where relevant, whether or not the consortium has a legal personality.
(b) The list referred to above must include contracts under which Relevant Services have been provided by the bidder. Where the bidder is an entity that is continuing the business or any part of a business which was previously conducted by one or more other entities (each a “predecessor entity”), the list of such contracts must include the contracts under which Relevant Services were provided by each predecessor entity.
(c) Alternatively, where the bidder may rely on other entities (including, in the case of a consortium, members of the consortium) to enable it to perform the contract, save as specified below the list must:
(i) describe the function that each such other entity will perform under the contract to be awarded; and
(ii) include contracts in respect of Relevant Services provided by the bidder (or a predecessor body) and contracts in respect of Relevant Services provided by any other entity (including any member of the consortium) on which the bidder may intend to rely to enable it to perform the contract.
Where the bidder is an entity which has been formed for the particular purposes of bidding for the contract the subject of this Notice, the bidder may comply with paragraph c(ii) above by including in its list contracts under which Relevant Services were provided by those entities on whom the bidder will rely to perform the contract (or their predecessor entities), instead of the bidder itself.
Where it is envisaged that the bidder will rely on one or more sub-contractors to enable it to perform the contract to be awarded, bidders should note that:
– in so far as any sub-contractor has not been appointed, the list should describe the function that sub-contractor will perform but need not include any contract by such a sub-contractor; and
– in so far as the anticipated value of any particular sub-contract is less than 5 per cent of the total contract value, the bidder need not comply with the requirements in c(ii) above in relation to that particular sub-contract.
(d) The bidder must also provide:
(i) certificates in the form set out in the PQQ from those to whom services on the list were provided as set out in the PQQ;
(ii) if any such certificate cannot be obtained, an explanation of the steps taken to obtain it and why it is not available and a certificate (in the same form) from the entity that provided the services instead;
(iii) if the certificate does not state that the services have been provided satisfactorily in accordance with the terms of the contract in question, information to show that any reason why they were not so provided will not recur in the performance of the contract to be awarded.
(e) In considering whether it is satisfied that the minimum standard for reliability based on past performance is met, the EFA reserves the right to verify the information provided and to require the bidder/consortium to clarify or supplement it.
Further details are contained within the Descriptive Document and the PQQ. Please refer to section VI.3 for details of how to obtain these documents.
Minimum level(s) of standards possibly required:
As set out in the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: In accordance with Regulations 23 to 29 of the Public Contracts Regulations 2006, (as amended) and set out in the PQQ available from the address in Section I.1 of this notice.
Prior information notice
Notice number in the OJEU: 2011/S 139-230804 of 22.7.2011
Payable documents: no
Section VI: Complementary information
(a) Additional documents and information, including the PQQ and Descriptive Document, are available from the email address identified in Section I.1 of this notice.
(b) In addition to the Service category listed in Section II.1.2 above, the EFA will require the performance of Services which fall outside Service category 12. This includes, but is not limited to, Service categories: 11, 14 and 27.
(c) The EFA is prepared to accept variant tenders which meet the minimum functional requirements as set out in the IPDSB. Bidders must agree the scope of any variant tender with EFA prior to submission. The EFA reserves the right, at its absolute discretion, to reject a Bidder’s proposal to submit a variant tender.
(d) The duration of the contract stated in section II.3 above is an estimate. The term of the Contract is expected to include an estimated 24 months of construction in addition to the proposed 25 year operational term from the service commencement date of the final school to be completed in this batch.
(e) The description provided in II.1.5 and the scope described in section II.2.1 represents the current anticipated requirement. Where emerging operational requirements make it necessary, the EFA reserves the right to adjust the duration of the contract, amend the description of the contract, increase or decrease the number of schools, change the schools included in the batch or amend the requirement for provision of services to the schools included in the batch.
(f) The EFA does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any contract let by the EFA may contain provision that the contract may be extended at the EFA’s discretion. The EFA reserves the right to vary its requirements and the procedure relating to the conduct of the award process.
(g) The EFA is the delivery agent for capital investment programmes into schools, helping to ensure that taxpayers get the best value from every education pound spent. It is an executive agency of the Department for Education (“DfE”). In June 2011, in a written statement to Parliament, the Secretary of State for Education announced that, following Sebastian James’ proposals for a new system for managing capital expenditure and the wider reform of arms length bodies, he had decided to bring together, in a single agency, the allocation and management of revenue and capital funding, including the delivery of capital programmes. The announcement confirmed that Partnerships for Schools (a joint venture company that was set up in 2004 to deliver the UK’s Building Schools for the Future (BSF) programme) would close, with its staff and functions moving to the EFA on 1 April 2012.
(h) The EFA will be the central procuring body for the PSBP. The allocation and distribution of revenue and capital funding will be spread across a number of batches with each batch tendered under a separate procurement. Under each procurement, the EFA intends that at least three bidders will be shortlisted for a dialogue phase and the relevant batch will be awarded following the close of the dialogue. The EFA anticipates that efficient dialogue will result from this streamlined process and Cabinet Office LEAN sourcing principles will be adopted.
(i) Where a batch comprises a mixture of primary and secondary schools, bidders are required to design one primary school and one secondary school for the dialogue. Where a batch comprises only secondary schools, bidders are required to design one secondary school for the dialogue. The designs must be capable of being rolled out as standard for all the primary schools and/or secondary schools in the batch as applicable.
(j) An important aspect of the procurement is the ability of bidders to work up the solutions to the subsequent schools very quickly during the preferred bidder phase to ensure that the programme timetable is kept to. The EFA intends to work with the preferred bidder to optimise the engagement of the local supply chain.
(k) Each batch will be funded using the ‘aggregator’ model which is itself the subject of a separate procurement. The ‘aggregator’ will be able to access both bank debt and the capital markets in order to secure the best deals for the taxpayer.
VI.5)Date of dispatch of this notice:6.11.2013