Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: arc partnership is a joint venture between Nottinghamshire County Council and Scape Group to provide built environments by delivering new buildings and maintaining and evolving public sector places.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Arc - Mechanical Engineering Framework
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:
Arc wishes to establish a framework agreement for the supply of Building Works and Services. Applications are invited from experienced providers of construction (building) works and services who can provide high quality works and services using a customer focused approach particularly in the public sector. It is anticipated that the works and services will be provided by the providers themselves and/or through their supply chain. Consortia bids will be accepted, in the case of group companies only one bid will be accepted from either the group company or one of subsidiaries, but not both. 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.
II.1.5)Estimated total value
Value excluding VAT: 3 400 000.00 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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Contractors may only bid for 1 lower lot (1 or 3), or 1 upper lot (2 or 4).
1 lower lot (1 or 3) or 1 upper lot (2 or 4)
A company may bid for 1 out of the 4 available lots.
II.2)Description
II.2.1)Title:
Mechanical Engineering Works Lower - North
Lot No: 1
II.2.2)Additional CPV code(s)
45000000
45100000
45120000
45200000
45210000
45211000
45212000
45213000
45214000
45215000
45216000
45220000
45230000
45240000
45250000
45260000
45300000
45320000
45330000
45331000
45332000
45333000
45350000
45400000
45450000
71000000
71300000
71500000
71600000
71800000
09330000
II.2.3)Place of performance
NUTS code: UKF15
II.2.4)Description of the procurement:
Projects between 0 GBP - 10 000 GBP.
Estimated Value excluding VAT 700 000 GBP.
Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 175 000 GBP
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Questionnaire / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 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
Turnover requirement 250 000 GBP per annum
II.2)Description
II.2.1)Title:
Mechanical Engineering Works Upper - North
Lot No: 2
II.2.2)Additional CPV code(s)
45000000
45100000
45120000
45200000
45210000
45211000
45212000
45213000
45214000
45215000
45216000
45220000
45230000
45240000
45250000
45260000
45300000
45320000
45330000
45331000
45332000
45333000
45350000
45400000
45450000
71000000
71300000
71500000
71600000
71800000
09330000
II.2.3)Place of performance
NUTS code: UKF15
II.2.4)Description of the procurement:
Projects between 7 500 GBP - 50 000 GBP
Estimated Value excluding VAT 1 000 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 250 000 GBP
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Questionnaire / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 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
Turnover requirement 350 000 GBP per annum
II.2)Description
II.2.1)Title:
Mechanical Engineering Works Lower - South
Lot No: 3
II.2.2)Additional CPV code(s)
45000000
45100000
45120000
45200000
45210000
45211000
45212000
45213000
45214000
45215000
45216000
45220000
45230000
45240000
45250000
45260000
45300000
45320000
45330000
45331000
45332000
45333000
45350000
45400000
45450000
71000000
71300000
71500000
71600000
71800000
09330000
II.2.3)Place of performance
NUTS code: UKF16
NUTS code: UKF14
II.2.4)Description of the procurement:
Projects between 0 GBP - 10 000 GBP
Estimated Value excluding VAT 700 000 GBP
Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 175 000 GBP
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Questionnaire / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 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
Turnover requirement 250 000 GBP per annum
II.2)Description
II.2.1)Title:
Mechanical Engineering Works Upper - South
Lot No: 4
II.2.2)Additional CPV code(s)
45000000
45100000
45120000
45200000
45210000
45211000
45212000
45213000
45214000
45215000
45216000
45220000
45230000
45240000
45250000
45260000
45300000
45320000
45330000
45331000
45332000
45333000
45350000
45400000
45450000
71000000
71300000
71500000
71600000
71800000
09330000
II.2.3)Place of performance
NUTS code: UKF16
NUTS code: UKF14
II.2.4)Description of the procurement:
Projects between 7 500 GBP - 50 000 GBP.
Estimated Value excluding VAT 1 000 000 GBP.
Estimated Value based on Framework Duration of four (4) years. This will comprise of 2 years plus optional extension years of 1 plus 1 years (2) + (1) + (1) years. Therefore an estimated annual value of 250 000 GBP
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Questionnaire / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
This will comprise of 2 years plus optional extension years of 1 plus 1 years I.E. (2) + (1) + (1) years. Extensions will be taken at the sole discretion of Arc.
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 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
Turnover requirement 350 000 GBP per annum
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:
Other particular conditions will be set out in the contract documents contained in the invitation to tender.
III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:
Economic and financial capacity
Minimum level(s) of standards possibly required: The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
A statement of undertaking's, overall turnover for a maximum of the last 2 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Economic operators will be required to complete the PQQ including the financial and economic standing requirements as set out in the PQQ. See also Regulation 58 of the Public Contracts Regulations 2015.
Minimum level(s) of standards possibly required: Economic operators will need the minimum annual turnover of:
250 000 GBP for Lots 1 and 3;
350 000 GBP for lots 2 and 4.
Have submitted their accounts on time and have appropriate insurances in place. Further details are contained in the PQQ. Economic operators will be required to have the following stated minimum levels of insurance cover, each on an ‘each and every claim basis’:
For all lots the following insurances are required:
1. Employer's Liability — minimum 10 000 000 GBP;
2. Public Liability — minimum 10 000 000 GBP;
3. Professional Liability/Indemnity — minimum 5 000 000 GBP; (consequential loss — minimum 1 000 000 GBP).
Where an economic operator does not have the required insurance in place then they may still apply providing that they would be willing to take out the appropriate levels of insurance if successful, (further details are contained in the PQQ).
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Technical requirements are set out in the PQQ. See also Regulation 58 of the Public Contracts Regulations 2015.
III.1.5)Information about reserved contracts
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
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: 14/07/2017
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/08/2017
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
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:
The contracting authority are transforming the manner in which construction projects are procured and managed. The construction services may include design and other services as required for develop and construct works, design and build works, regeneration works or construction works. They will adopt the principles of partnering through the development of longer term relationships through the supply chain, integrated design and construction teams, shared risk/rewards and performance management. The partnering ethos will involve partners selected for their capability and commitment to these principles. It will include target cost setting, open book accounting, shared problem solving and a strong commitment to all aspects of continuous improvement. A key feature of this approach will be to develop a spirit of mutual trust and teamwork throughout the supply chain. To achieve continuity in the availability of a framework arrangement, Arc will review future service requirements and capacity regularly to determine when to carry out its next parallel tender exercise in the range stipulated. Note that the PQQ contains important background information and contextual information, together with exclusion clauses relating to the fact that the contracting authority may terminate or suspend this procurement at any time, without cost or liability to the contracting authority. The contract conditions will be set out in the invitation to tender documents. Interested companies will be required to complete a pre-qualification questionnaire (PQQ) and companies must demonstrate commitment to partnering including working with clients and their partners, shared problem solving and continuous improvement. Any queries relating to the technical aspect of the works should be made to the contact in I.1) through Delta. A breakdown of the evaluation criteria will be detailed in the tender documents. An indicative procurement timetable is included in the PQQ. The Common Procurement Vocabulary stated are deemed to include, for the avoidance of doubt and unless otherwise stated, the Category and Sub-category codes below the CPV codes stated, i.e. 45310000 is deemed to include 45313000; 45212000 is deemed to include 45212100 and 45212110. Delta eSourcing. 1. Arc is using the Delta eSourcing web-based service to manage this procurement. 2. Suppliers must read through these instructions and follow the process to respond to this opportunity. 3. The information and/or documents for this opportunity are available on: http://delta-esourcing.com/delta You must register on this site to respond for this procurement, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. 4. Suppliers must log in, go to Response Manager and add the following Access Code: X837HZ6PG6. Please ensure you follow any instruction provided to you there. 5. The deadline for submitting your response is stated within the Delta eSourcing suite, this Contract Notice and the PQQ document. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially when uploading documents. Arc will not be held accountable for any errors made by Suppliers in submitting their completed PQQ. 6. If you experience any technical difficulties with the Delta eSourcing suite please contact the Delta eSourcing helpdesk on +44 8452707050 or email:MTNlYmltYWJwaD1hYmlxXipicGxyb2Bma2QrYGxq .
VI.4)Procedures for review
VI.4.1)Review body
The High Court of England and Wales
London
WC2A 2LL
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:
15/06/2017