HMRC: Government Hubs Fit-Out Framework

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Government Hubs Fit-Out Framework
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Works
Procedure: Restricted
Short Description: This requirement is for WORKS and SERVICES. The Government Hubs Programme is overseeing the structural reorganisation and transformation of the current estate. For HMRC, this represents a considerable consolidation programme which will see the current landscape of 170 offices reoriented into 13 modern Regional Centres, equipped with the digital infrastructure and training facilities needed to make HMRC a more highly-skilled organisation, fit for the demands of the 21st century. From a wider Government perspective, the programme will transform central government's office estate by accommodating departmental workforces in shared regional hubs and supporting office estate. This Contract Notice covers the requirement for a Framework of Contractors to undertake Fit-Out works for the Government Hubs Programme (inclusive of HMRC, Government Property Unit GPU & Other Govt Depts). The Programme of works comprises a range of projects nationally of varying sizes over a four year period
Published: 13/12/2016 13:11

View Full Notice

UK-Salford: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs (HMRC)
             5th Floor West, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
             Tel. +44 3000587843, Email: Lesley.Bond1@hmrc.gsi.gov.uk
             Contact: Lesley Bond
             Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full.
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Government Hubs Fit-Out Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: This requirement is for WORKS and SERVICES. The Government Hubs Programme is overseeing the structural reorganisation and transformation of the current estate. For HMRC, this represents a considerable consolidation programme which will see the current landscape of 170 offices reoriented into 13 modern Regional Centres, equipped with the digital infrastructure and training facilities needed to make HMRC a more highly-skilled organisation, fit for the demands of the 21st century. From a wider Government perspective, the programme will transform central government's office estate by accommodating departmental workforces in shared regional hubs and supporting office estate. This Contract Notice covers the requirement for a Framework of Contractors to undertake Fit-Out works for the Government Hubs Programme (inclusive of HMRC, Government Property Unit GPU & Other Govt Depts). The Programme of works comprises a range of projects nationally of varying sizes over a four year period       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,000,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 3
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Yes

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: National Lot for Projects       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45213100 - Construction work for commercial buildings.
      45213150 - Office block construction work.
      45262700 - Building alteration work.
      45453000 - Overhaul and refurbishment work.
      45453100 - Refurbishment work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Fit-Out works to cover the United Kingdom for projects with a construction value of in excess of £25m.
The scope of works includes pre-construction services inclusive of but not limited to design, procurement, Health & Safety management, construction advice and programming and planning and construction services in accordance with the employers requirements.
      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: 500,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Criteria as stated within the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The intention is to novate the Framework Agreement to the Crown Commercial Service (CCS – part of the Cabinet Office) following award (date to be agreed). A management fee will be applied to each Call Off post novation as described within the framework agreement.       
II.2) Description Lot No. 2
      
      II.2.1) Title: A Northern lot for each project below £25M construction value       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45213100 - Construction work for commercial buildings.
      45213150 - Office block construction work.
      45262700 - Building alteration work.
      45453000 - Overhaul and refurbishment work.
      45453100 - Refurbishment work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Fit-Out works to cover the North of the United Kingdom (North of Peterborough and Birmingham exclusive) for projects with a construction value of under £25m.
The scope of works includes pre-construction services inclusive of but not limited to design, procurement, Health & Safety management, construction advice and programming and planning and construction services in accordance with the employers requirements.
      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: 250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Criteria as stated within the Procurement Documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The intention is to novate the Framework Agreement to the Crown Commercial Service (CCS – part of the Cabinet Office) following award (date to be agreed). A management fee will be applied to each Call Off post novation as described within the framework agreement.       
II.2) Description Lot No. 3
      
      II.2.1) Title: A Southern lot for each project below £25M construction value       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport.
      45213100 - Construction work for commercial buildings.
      45213150 - Office block construction work.
      45262700 - Building alteration work.
      45453000 - Overhaul and refurbishment work.
      45453100 - Refurbishment work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Fit-Out works to cover the Sorth of the United Kingdom (South of Peterborough and Birmingham inclusive) for projects with a construction value of under £25m.
The scope of works includes pre-construction services inclusive of but not limited to design, procurement, Health & Safety management, construction advice and programming and planning and construction services in accordance with the employers requirements.
      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: 250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Criteria as stated within the Procurement Documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The intention is to novate the Framework Agreement to the Crown Commercial Service (CCS – part of the Cabinet Office) following award (date to be agreed). A management fee will be applied to each Call Off post novation as described within the framework agreement.       


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:          
      Selection Criteria stated in the procurement documents    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Selection Criteria stated in the procurement documents. Full details regarding legal, economic financial and technical information to be provided at the tender stage and contained in the PQQ documentation.    
      Minimum level(s) of standards possibly required (if applicable) :       
      The minimum requirements for suppliers bidding for any of the Framework lots are included within the PQQ questions and the draft Invitation to Tender documentation attached to this event.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Selection Criteria stated in the procurement documents    
      Minimum level(s) of standards possibly required (if applicable) :          
      N/A
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      N/A          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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 several operators       
         Envisaged maximum number of participants to the framework agreement: 16               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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:
         Notice number in the OJ S: 2016/S 200 - 360136       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/01/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/02/2017       
      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:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The hubs will be where our future workforce needs to be: strategic locations with great public transport connectivity, local amenities and a modern working environment, including technology that supports smart working. They will be truly shared spaces where departments can collaborate effectively together. As a result, we will operate more efficiently, our people will be more productive and departments will be supported in attracting and retaining the talented individuals we need to deliver the best possible service to the public. It is this combined approach which leads to the approximately 21 projects that make up the Government Hubs Programme. Due to the size and scale of the programme the Employer has taken the opportunity to lead on their own procurement strategy which plays to the areas of importance to them. The Framework will create strong relationships with key supply chain partners to continuously improve the delivery of each of the projects within the programme. Coupled with that is the Employers seeks to leverage the volume to maximise cost efficiencies The Framework Agreement for the Programme is bespoke and can be seen attached to the e-Sourcing Event. Each Call Off will utilise either the Joint Contracts Tribunal (JCT) 2016 Design & Build or Standard Building Contract without Quantities. The contract particulars and Employer amendments for these agreements will be seen within the each Call Off. The contracting 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. The Framework Agreement and the Call Off contracts included within this event are draft and will be confirmed ahead of issuing the final Invitation to Tender This Framework will be accessible for use by all UK Central Government Departments and their Arms Length Bodies; Non-Ministerial Departments and Executive Agencies; and, the Wider Public Sector (and any future successors to these organisations):Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide Tenderers must register on the eSourcing portal:http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full. (Information about the e-Sourcing application, & about supplying to HMRC in general, is available on the HMRC website: www.hmrc.gov.uk/about/supplying.htm.) Economic operators who require access to the online PQQ documentation must send an email to lesley.bond1@hmrc.gsi.gov.uk any time up to, but no later than 11:00 9th January 2017. This email should contain (a) the contract reference - Govt Hubs Fit-Out Framework, (b) a contact email address; (c) a contact name, (d) the company name & contact telephone number; and (e) the Ariba HMRC ANID number. Economic operators who have complied with the foregoing will receive details of how to access the online PQQ documentation. (If an email response from HMRC is not received within one working day of your request, recontact Lesley.bond1@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt & confirming when the request was first made). Online PQQ documentation must be fully completed (& any requested associated hard-copy documents received by HMRC) no later than 12:00 noon 16th January 2017. Tender documentation not submitted in the required form (or containing the requested information) may be rejected.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=230829252
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue and Customs
       5W Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 3000587843, Email: lesley.bond1@hmrc.gsi.gov.uk
       Internet address: www.hmrc.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/12/2016

Annex A


View any Notice Addenda

View Award Notice