University of Westminster Contractor Framework Tender
The Authority is seeking to appoint 3 partnering contractors under a framework arrangement based on the JCT 2011 forms of contract, on both traditional and design and build basis.
United Kingdom-London: Construction work for university buildings
2016/S 022-034250
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
101 New Cavendish Street
London
W1W 6XH
UNITED KINGDOM
Contact person: Mitch Dalgleish
Telephone: +44 2079115000
E-mail: contractor-tender2016@westminster.ac.uk
Fax: +44 2079115144
NUTS code: UKInternet address(es):Main address: https://www.westminster.ac.uk
Address of the buyer profile: http://https://www.westminster.ac.uk/business/information-for-suppliers
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contractor Framework Tender.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is seeking to appoint 3 partnering contractors under a framework arrangement based on the JCT 2011 forms of contract, on both traditional and design and build basis, to procure works across all campuses of its estate for a period of 3 + 1 years from May 2016, with an estimated total value over the life of the Framework of between 5 000 000 GBP and 30 000 000 GBP. These figures cannot in any circumstances be guaranteed and nor should they be taken as a minimum or maximum amount. The Authority’s role will be that of client and employer of the 3 contractors, requiring the contractors to carry out such works and/or services as the Authority requires at its campuses and to the Authority’s building stock, whether that be, (for example only and without limitation) new construction work, refurbishment, renovation, alteration and/or extension to the building stock. The current list of properties is set out in Section II.2.3) of this notice but that list may grow, be amended or reduce.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
New Cavendish Street London, Great Portland Street London, Little Titchfield Street London, Marylebone Road London, Regent Street London, Wells Street London, Harrow Campus, Northwick Park, Middlesex.
II.2.4)Description of the procurement:
The 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, and the contract will be awarded on the basis of the most economically advantageous tender. The Authority is seeking expression of interest from suitably qualified contractors (as set out in the pre-qualification questionnaire), to participate in this procurement process. The draft invitation to tender and pre-qualification questionnaire, as well as the Authority’s framework contract terms are available at the internet address specified above. You should satisfy yourself with the terms and requirements for this procurement, as well as with the Authority’s framework contract and call off terms of contract. Please also see the additional information in sections II.2.14) and VI.2) below and the procurement documents. Re II.1.5) and II.2.6) — The figures stated in this notice relating to total estimated value are based on a previous framework and there is no guarantee that these figures will be reached or will not be exceeded. Re II.2.7) and II.2.8) — The proposed framework term is 3 years with an option to extend by a further year (3+1). Re I.3) — Access to documents and registration. Suppliers interested in this opportunity are requested to register their interest by contractor-tender2016@westminster.ac.uk in order that the Authority can collect data on the likely number of interested suppliers and then to send communications to suppliers such as document updates and anonymised clarifications directly. Registration at this stage is entirely voluntary and is free of charge, but it enables the Authority to notify you directly of updates. procurement documents will in any event be freely available at the site set out in section I.1). Re IV.2.2) — Clarification of dates. The PQQ will be accessible until 12:00 noon on 22.2.2016 — this is the deadline for requests to participate. There will then be a further 7 days allowed for the PQQ to be completed and returned to the University. The deadline for completed PQQs to be returned is 29.2.2016 at 12:00 noon. Re IV.2.3) — The dates in this section may be varied by the Authority in the event that there are change to the timetable for this procurement. Please see the procurement documents for a provisional timetable. Other — Performance bonds or parent company guarantees may be required from the chosen suppliers under call-off contacts under the framework. See the framework contract for the terms.
Right to cancel — The Authority reserves the right to discontinue this procurement at any time, which includes the right not to award the (or any) contract, and does not bind itself to accept the most economically advantageous (or any other) tender, and reserves the right to award the contract in part or to call for new tenders should it consider necessary. The Authority shall not be liable for any costs or expenses incurred by any supplier or tenderer in connection with the completion and return of any information contained in this contract notice, or the completion and submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates and time periods are provisional and the Authority reserves the right to change these. Suppliers’ attention is drawn to the full terms and conditions which are set out in the procurement documents; suppliers are deemed to have read and accepted these by participating in the process in any way.
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
SEE PQQ.
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
The main site or place of performance: is set out above under section II.2.3) but this list may grow, be amended or reduce over the life of the framework. Deposits and Guarantees required: Performance Bonds or parent company may be required under call off contractors and the terms of such bond or guarantee are set with in the procurement documents.
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
SEE PQQ.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Candidates will agree to the university framework terms and conditions. The University will supply these as part of the ITT. The call-off contract will be based on the JCT form of contract.
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
IV.1.8)Information about the Government Procurement Agreement (GPA)
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:
Suppliers interested in this opportunity are requested to register their interest by emailingcontractor-tender2016@westminster.ac.uk in order that the Authority can collect data on the likely number of interested suppliers and then to send communications to suppliers such as document updates and anonymised clarifications directly. Registration at this stage is entirely voluntary and is free of charge, but it enables the Authority to notify you directly of updates. The procurement documents will in any event be freely available at the site set out in section I.1). If suppliers wish to respond to this notice by submitting a PQQ response, they will need to register via email to contractor-tender2016@westminster.ac.uk in order to do so.
VI.4.1)Review body
101 New Cavendish Street
London
W1W 6XH
UNITED KINGDOM
Telephone: +20 79115000
E-mail: contractor-tender2016@westminster.ac.uk
Fax: +20 79115144Internet address:http://www.westminster.ac.uk
VI.4.4)Service from which information about the review procedure may be obtained
101 New Cavendish Street
London
W1W 6XH
UNITED KINGDOM
Telephone: +20 79115000
E-mail: contractor-tender2016@westminster.ac.uk
Fax: +20 79115144Internet address:http://www.westminster.ac.uk
VI.5)Date of dispatch of this notice: