Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Major Projects Framework 2

  • First published: 28 September 2021
  • Last modified: 28 September 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Places for People Group Limited
Authority ID:
AA33230
Publication date:
28 September 2021
Deadline date:
01 November 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Experienced suppliers are invited to apply for construction works and services in Scotland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Places for People Group Limited

4 The Pavilions, Portway

Preston

PR2 2YB

UK

Contact person: Craig Ainscow

Telephone: +44 1772897200

E-mail: info@procurementhub.co.uk

NUTS: UK

Internet address(es)

Main address: www.procurementhub.co.uk

Address of the buyer profile: https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Major Projects Framework 2

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Procurement Hub wishes to establish a framework agreement for a 4-year duration with an option to extend for a further 2 years.

Contractors are invited to apply for one of three lots for construction works and services as defined by the NUTS and CPV.

As a condition of the Framework Agreement, the successful Tenderer for each Lot will be required to tender a minimum of 70% of the value of each construction project awarded under the Framework to sub-contractors via Procurement Hub's compliant solutions or alternative tender platforms. This will enable local supply chains and SMEs to bid for the vast majority of the Framework value. Current DPS solutions can be accessed via https://www.procurementhub.co.uk/opportunities

This framework is available for use by public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015 and additionally listed online at http://www.procurementhub.co.uk/eligibility-criteria/

II.1.5) Estimated total value

Value excluding VAT: 4 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Scotland

II.2.2) Additional CPV code(s)

45000000

45100000

45111000

45110000

45120000

45200000

45210000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

44211100

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50000000

50700000

50800000

31121000

70110000

70111000

70112000

71000000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

72224000

79993000

79993100

45211000

70000000

II.2.3) Place of performance

NUTS code:

UKM

UKM6

UKM5

UKM9

UKM7

UKM8


Main site or place of performance:

SCOTLAND,Highlands and Islands,North Eastern Scotland,Southern Scotland,Eastern Scotland,West Central Scotland

II.2.4) Description of the procurement

Experienced suppliers are invited to apply for construction works and services in Scotland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 900 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7

Lot No: 2

II.2.1) Title

England and Wales

II.2.2) Additional CPV code(s)

45000000

45100000

45111000

45120000

45200000

45210000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

44211100

45110000

31121000

50000000

50700000

50800000

70110000

70111000

70112000

71000000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

72224000

79993000

79993100

45211000

70000000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKF

UKG

UKL

UKJ

UKK

UKE

UKD

UKC


Main site or place of performance:

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

II.2.4) Description of the procurement

Experienced suppliers are invited to apply for construction works and services in England and Wales. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Northern Ireland

II.2.2) Additional CPV code(s)

45000000

45100000

45111000

45110000

45211000

44211100

45120000

45200000

45210000

45212000

45213000

45214000

45215000

45216000

45220000

45230000

45240000

45250000

45260000

45300000

45310000

45320000

45330000

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45450000

50000000

50700000

50800000

70110000

70111000

70112000

71000000

71200000

71300000

71314000

71314300

71400000

71500000

71600000

71700000

71800000

71900000

72224000

79993000

79993100

31121000

70000000

II.2.3) Place of performance

NUTS code:

UKN0

UKN


Main site or place of performance:

Northern Ireland,NORTHERN IRELAND

II.2.4) Description of the procurement

Experienced suppliers are invited to apply for construction works and services in Northern Ireland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, pre-construction and construction costs and regional pricing variations that can be applied to all construction schemes

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, in-house and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: Procurement Hub recognises the considerable investment in infrastructure, equipment and people, process and systems required to create and manage the expert, local and responsive supply chains to operate this framework. An initial term of 48 months will only be extended by 24 months in accordance with the terms and conditions as set out in the procurement documentation.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-021605

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/11/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/11/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Under the Public Services (Social Value) Act 2012 the contracting authority must consider:

(a)How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and

(b)How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Construction-work./8TZ78T2XD7

To respond to this opportunity, please click here:

https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7

GO Reference: GO-2021927-PRO-18975449

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

27/09/2021

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport Building construction work
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45250000 Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry Works for complete or part construction and civil engineering work
71500000 Construction-related services Architectural, construction, engineering and inspection services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
70112000 Development of non-residential real estate Development services of real estate
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
45310000 Electrical installation work Building installation work
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71300000 Engineering services Architectural, construction, engineering and inspection services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
79993100 Facilities management services Building and facilities management services
45340000 Fencing, railing and safety equipment installation work Building installation work
45430000 Floor and wall covering work Building completion work
31121000 Generating sets Generators
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
71900000 Laboratory services Architectural, construction, engineering and inspection services
45350000 Mechanical installations Building installation work
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
44211100 Modular and portable buildings Prefabricated buildings
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
72224000 Project management consultancy services Systems and technical consultancy services
70000000 Real estate services Construction and Real Estate
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45100000 Site preparation work Construction work
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
45120000 Test drilling and boring work Site preparation work
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
info@procurementhub.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.