Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
BHCC HP Strategic Construction Partnership (2017).
Reference number: BHCC - 011992
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:
The Council invites bidders to respond to this opportunity for the procurement of a framework agreement for a new Strategic Construction Partnership (SCP) comprising four ‘lots’ including: 1) a Constructor; 2) Consultant Quantity Surveyor; 3) Consultant Health and Safety Advisor; and 4) Consultant Structural Engineer; for a term of 5 years with the option to extend for a further 2 years subject to satisfactory performance. Each Lot will be awarded to a single operator.
It is estimated that the value of work which could potentially be undertaken by the Strategic Construction Partnership over the potential seven year period might be somewhere in the region of GBP 100 — GBP 150 000 000. In addition these works would attract professional fees in the order of 8-11 %.
II.1.5)Estimated total value
Value excluding VAT: 150 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)
45000000
45400000
45100000
45120000
71200000
45260000
45210000
45200000
45220000
71000000
45500000
45110000
45300000
II.2.3)Place of performance
NUTS code: UKJ21
NUTS code: UKJ2
II.2.4)Description of the procurement:
The successful Constructor will be responsible for the construction of all projects within the partnership and will be expected to to give early advice on such things as build ability, site set-up and other associated activities to enable the successful completion of each scheme. The Constructor will be expected to be an integral member of the partnering team.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Extension Two (2) years subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
Lot 2 — Quantity Surveyor
Lot No: 2
II.2.2)Additional CPV code(s)
71324000
II.2.3)Place of performance
NUTS code: UKJ21
NUTS code: UKJ2
II.2.4)Description of the procurement:
The Quantity Surveyor will be responsible for all necessary cost input activities from inception to completion of projects in relation to feasibility estimates, valuations, final accounts and other financial related activities to enable successful completion of projects. The Quantity Surveyor will be expected to be an integral member of the partnering team.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Extension — Two (2) years subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
The fees to be paid to the consultants in Lot 2 will be based on the above total project values and will be banded according to the value of each project as follows:
— GBP 0- GBP 500,000,
— GBP 500,001 to GBP 1,000,000,
— GBP 100,0001 to GBP 5,000,000
— GBP 5,000,001 and over.
II.2)Description
II.2.1)Title:
Lot 3 — Health and Safety Advisor
Lot No: 3
II.2.2)Additional CPV code(s)
71317210
71313410
II.2.3)Place of performance
NUTS code: UKJ21
NUTS code: UKJ2
II.2.4)Description of the procurement:
The Health and Safety Advisor will be responsible for carrying out all the required duties as necessary for projects within the partnership to ensure they and the design team, comply with the current Construction and Design Management Regulations. The Health and Safety Advisor will be expected to be an integral member of the partnering team.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Extension — Two (2) years subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
The fees to be paid to the consultants in Lots 3 will be based on the above total project values and will be banded according to the value of each project as follows:
— GBP 0- GBP 500,000,
— GBP 500,001 to GBP 1,000,000,
— GBP 100,0001 to GBP 5,000,000
— GBP 5,000,001 and over.
II.2)Description
II.2.1)Title:
Lot 4 — Structural Engineer
Lot No: 4
II.2.2)Additional CPV code(s)
71312000
II.2.3)Place of performance
NUTS code: UKJ21
NUTS code: UKJ2
II.2.4)Description of the procurement:
The Structural Engineer will responsible for all necessary design input from inception to completion of projects in relation to structure, civils, drainage and associated work to enable successful completion of projects. The Structural Engineer will be expected to be an integral member of the partnering team.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Extension — Two (2) years subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
The fees to be paid to the consultants in Lots 4, will be based on the above total project values and will be banded according to the value of each project as follows:
— GBP 0- GBP 500,000,
— GBP 500,001 to GBP 1,000,000,
— GBP 100,0001 to GBP 5,000,000
— GBP 5,000,001 and over.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
If the bidder does not have, or does not indicate willingness to obtain, the required insurance levels detailed below, the Council has the right to reject the submission.
The minimum insurance covers required for this contract by the Council are:
a) Public Liability GBP 10,000,000
b) Employers Liability GBP 10,000,000
c) Professional indemnity GBP 2,000,000
In addtion Lot specific qualifications are detailed below:
Lot 1 — Constructor
Registered and compliant under either the CHAS or SAFEcontractor scheme.
All projects undertaken within the Strategic Construction Partnership shall be registered under the Considerate Constructor Scheme
Lot 2 — Quantity Surveyor
Registered members of Royal Institute Of Chartered Surveyors (RICS)
Lot 3 — Health and Safety Advisor
Registered Members of the Association for Project Safety (RMaPS) and Member of the Institute of Health and Safety (IOSH)
Lot 4 — Structural Engineer
Registered members of Institute of Civil Engineers (ICE) and Institute of Structural Engineers (ISE).
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years: The average project duration on the Councils current Partnership is 29 months. There would be little time remaining for projects to come on board after the first year of the framework reducing the significant benefits of partnership working if the arrangement was let for four years.
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 01/02/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 13/04/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 08/11/2017
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
It should be noted that although the Council is required to set an overall value for the works that could potentially be undertaken by the Strategic Construction Partnership, there is no commitment for the Council to undertake works to this value and each project will be subject to the usual approval process by each Client Department or Client Organisation.
The Partnership will be available for use by external public sector bodies/organisations in Sussex and Surrey, e.g. Adur and Worthing Council; West Sussex County Council; East Sussex County Council; Surrey County Council; Brighton and Hove City Council; and the Brighton & Hove Clinical Commissioning group (CCG) if they wish. It is anticipated that the work on the partnership will largely occur within the County boundaries of West and East Sussex with the potential to operate within the Surrey County boundary. Any external public sector bodies/organisations wishing to use the framework will need to complete an Access Agreement.
Brighton and Hove City Council has adopted Constructionline, the UKs leading procurement and supply chain management service to streamline the procurement and assessment of contractors applying for this opportunity: https://www.constructionline.co.uk/
If you are already a Constructionline Member, you will not need to complete our full PQQ — simply supply your Constructionline membership number ensure the following sections are verified on your profile C1 — Company Information, C2 — Financial and Insurance Information, C3 — Business and Professional Standing, C4 — Health and Safety, O1 — Equal Opportunity and Diversity, O2 — Environmental Management, O3 — Quality Management, O4- BIM and ensure you complete our technical questions and provide the requested financial information.
Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are verified for the work category's detailed in the PQQ guidance document for the Lot you are applying for. You must do this by the closing date of this notice.
Applicants who are not Constructionline members are encouraged to become members as this will simplify the pre-qualification process. To apply to Constructionline in relation to this contract notice please contact Anthony Feagan on 07712430470 or MTU8aW9jaml0KUFgXGJcaTteXGtkb1wpXmopcGY= for assistance.
Suppliers who are not Constructionline Members will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the pre-qualification requirements, through the completion of a full questionnaire.
VI.4)Procedures for review
VI.4.1)Review body
N/A
N/A
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/12/2016