Essex County Council: Essex Construction Framework 2

  Essex County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Essex Construction Framework 2
Notice type: Contract Notice
Authority: Essex County Council
Nature of contract: Works
Procedure: Restricted
Short Description: Essex County Council (ECC) are looking to establish a 4 year Framework Agreement for principal contractors to carry out both design and construction and construction only works primarily on behalf of ECC. The main driver for demand within ECC is the capital programme to expand the number of school places across the county, valued at £35m-£50m per annum. The Framework Agreement is anticipated to be utilised as a route for any construction project delivered by ECC (excluding roads and housing). The Framework consists of 3 core Lots and will be available to other Contracting Authorities. The Selection Questionnaire will use the PAS 91:2017 questionnaire, with the inclusion of ECC specific questions. A bidders event will be held at 13:30 on April 1st at the JobServe Community Stadium, Colchester, Essex. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal.
Published: 20/03/2019 13:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chelmsford: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Essex County Council
             County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
             Email: elizabeth.prior@essex.gov.uk
             Contact: Elizabeth Prior
             Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com/
             NUTS Code: UKH3
      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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Construction-work./2JKCGXV4ZR
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Essex Construction Framework 2       
      Reference Number: 0562
      II.1.2) Main CPV Code:
      45000000 - Construction work.
      IA36-4 - For buildings
      IA01-9 - Design and construction

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Essex County Council (ECC) are looking to establish a 4 year Framework Agreement for principal contractors to carry out both design and construction and construction only works primarily on behalf of ECC.
The main driver for demand within ECC is the capital programme to expand the number of school places across the county, valued at £35m-£50m per annum. The Framework Agreement is anticipated to be utilised as a route for any construction project delivered by ECC (excluding roads and housing).
The Framework consists of 3 core Lots and will be available to other Contracting Authorities.
The Selection Questionnaire will use the PAS 91:2017 questionnaire, with the inclusion of ECC specific questions.

A bidders event will be held at 13:30 on April 1st at the JobServe Community Stadium, Colchester, Essex. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 2
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Contractors are able to apply for 2 price banded Lots. Lot 1a and 1b are the same price band, therefore Contractors are able to be awarded Lot 1a, Lot 1b plus one other Lot. Contractors should note that they will need to submit separate tenders for Lots 1a and 1b.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Projects valued between 0 and 1,500,000 GBP, batched projects up to 3,000,000 GBP       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UKI5 Outer London – East and North East
      UKJ4 Kent
      UKH1 East Anglia
      
      II.2.4) Description of procurement: Split into a further 2 regional sub-lots: 1a East Essex and 1b West Essex.
The districts under Lot 1a East Essex are as follows: Braintree, Brentwood, Epping, Harlow, Uttlesford
The districts under Lot 1b West Essex are as follows: Basildon, Castlepoint, Chelmsford, Colchester, Maldon, Rochford, Southend, Tendring

Appointment of principal contractors for projects valued between 0 and 1 500 000 GBP, batched projects up to 3 000 000 GBP

The procurement will be run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection Questionnaire (SQ) — The SQ will be based on PAS 91:2017 with the inclusion of ECC specific questions. Responses will be evaluated using the selection criteria set out in the SQ. 12 suppliers in each sub-lot will be shortlisted to the Invitation to Tender (ITT) stage
2) ITT — The 12 shortlisted suppliers in each sub-lot will be invited to submit a tender based on ITT documentation. Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that 8 suppliers will be appointed to each sub-lot of the framework (including 3 reserve suppliers).
      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: 50,000,000       
      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: 5
            / Maximum number: 12       
      Objective criteria for choosing the limited number of candidates: 12 contractors per sub-Lot will be invited to tender (ITT) stage.
      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: To respond to this opportunity please click here www.delta-esourcing.com/respond/2JKCGXV4ZR

Failure to pass any pass/fail question will result in immediate rejection of the bid.

Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Projects valued between 1 000 000 and 4 500 000 GBP, batched projects up to 10 000 000 GBP.       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Appointment of principal contractors for projects valued between 1 000 000 GBP and 4 500 000 GBP, batched projects up to 10 000 000 GBP.

The procurement will be run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection Questionnaire (SQ) — The SQ will be based on PAS 91:2017 with the inclusion of ECC specific questions. Responses will be evaluated using the selection criteria set out in the SQ. 12 suppliers in each lot will be shortlisted to the Invitation to Tender (ITT) stage;
2) ITT — The 12 shortlisted suppliers in each lot will be invited to submit a tender based on ITT documentation.Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that 8 suppliers will be appointed to each lot of the framework (including 3 reserve suppliers).
      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: 100,000,000       
      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: 5
            / Maximum number: 12       
      Objective criteria for choosing the limited number of candidates: 12 contractors per Lot will be invited to tender (ITT) stage.
      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: To respond to this opportunity please click here www.delta-esourcing.com/respond/2JKCGXV4ZR

Failure to pass any pass/fail question will result in immediate rejection of the bid.

Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance       
II.2) Description Lot No. 3
      
      II.2.1) Title: Projects Valued Over 4 000 000 GBP, Batched Projects to Unlimited Value       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45000000 - Construction work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Appointment of principal contractors for projects valued between 1 000 000 GBP and 4 500 000 GBP, batched projects up to 10 000 000 GBP.
The procurement will be run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection Questionnaire (SQ) — The SQ will be based on PAS 91:2017 with the inclusion of ECC specific questions. Responses will be evaluated using the selection criteria set out in the SQ. 12 suppliers in each lot will be shortlisted to the Invitation to Tender (ITT) stage;
2) ITT — The 12 shortlisted suppliers in each lot will be invited to submit a tender based on ITT documentation.Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that 8 suppliers will be appointed to each lot of the framework (including 3 reserve suppliers).
      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: 5
            / Maximum number: 12       
      Objective criteria for choosing the limited number of candidates: 12 contractors per Lot will be invited to tender (ITT) stage.
      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: To respond to this opportunity please click here www.delta-esourcing.com/respond/2JKCGXV4ZR

Failure to pass any pass/fail question will result in immediate rejection of the bid.

Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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          
      Not Provided          
      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: 32               
         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: 2019/S 40 - 89209       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/05/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 16/07/2019       
      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): 4
      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: 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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises. However any selection of tenderers will be based solely on the criteria set out for the procurement
For this tender ECC will be using the BiP Delta eSourcing portal www.deltaesourcing.com.Please refer to the information available in the downloadable Bidder Guidance
ECC has adopted Constructionline for evaluation of the SSQ.Please refer to the information available in the downloadable Bidder Guidance

ECF2 is available for use by other Contracting Authorities in England Scotland and Wales
Entities which are not Contracting Authorities may also use ECF2 if ECC is satisfied that
such entity is calling-off goods and services directly solely and exclusively to satisfy contractual obligations to one or more public sector bodies all of which are entitled to use the Framework Agreement on their own account
all goods to be called-off by it are to be used directly solely and exclusively to provide energy at sites occupied by such public sector body; and
it will pass the benefit of the call-off contract to such public sector body directly, in full and on a purely pass-through basis. Accordingly there must be no mark-up management fee service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body who must be able to benefit from the terms of the Framework Agreement in a like manner and to the same extent as if using the Framework Agreement on its own account
Blue light and NHS services
Police Forces & Special Police Forces
Police and Crime Commissioners
Police Authorities
Fire and rescue services
Ambulance services
NHS bodies including NHS Foundation Trusts &their owned subsidiaries
Education bodies/establishments
Nursery Schools
Primary Schools
Middle or High Schools
Secondary Schools
Special Schools
Academies
Pupil Referral Units
Further &Higher Education Bodies including Colleges
Universities
Financial
Public financial bodies/institutions
Public pension funds
Central banks

Government
Ministerial & nonministerial government departments
Executive agencies of government and other subsidiary bodies
Non-Departmental Public Bodies (NDPBs) including advisoryNDPBs executiveNDPBs and tribunal
All non-Crown Status Government Companies wholly or partly owned by Central Government Departments and their subsidiaries. AssemblySponsoredPublic Bodies
Councils including county councils district councils county borough councils community councils
London borough councils unitary councils, metropolitan councils parish councils
Other Public Bodies and Public corporations and their subsidiary bodies sponsored by Central
Civil service bodies including public sector buying organisations
Public Bodies and NonDepartmental PublicBodies including advisory NDPBs executive NDPBs and tribunal
Government departments
Local Authorities

Other
Maritime &coastguard agency services
Hospices
National Parks
Housing associations including registered social landlords
Third sector and charities
Citizens advice bodies
Those listed and maintained by the Office of NationalStatistics
Post Offices
Airports
Health &SocialCare

The framework is also available to be use by any corporation established or a group of individuals appointed to act together for the specific purpose of meeting needs in the general interest not having an industrial or commercial character and financed wholly or mainly by another contracting authority listed subject to management supervision by another contracting authority listed or more than half of the board of directors or members of which or in the case of a group of individuals more than half of those individuals are appointed by another contracting authority listed above an association of or formed by one or more of the Contracting Authorities listed above
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Construction-work./2JKCGXV4ZR

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2JKCGXV4ZR
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
   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: 20/03/2019

Annex A


View any Notice Addenda

Essex Construction Framework 2

UK-Chelmsford: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Essex County Council
       County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
       Email: elizabeth.prior@essex.gov.uk
       Contact: Elizabeth Prior
       Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com/
       NUTS Code: UKH3

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Essex Construction Framework 2      Reference number: 0562      
   II.1.2) Main CPV code:
      45000000 - Construction work.
      IA36-4 - For buildings
      IA01-9 - Design and construction
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Essex County Council (ECC) are looking to establish a 4 year Framework Agreement for principal contractors to carry out both design and construction and construction only works primarily on behalf of ECC.
The main driver for demand within ECC is the capital programme to expand the number of school places across the county, valued at £35m-£50m per annum. The Framework Agreement is anticipated to be utilised as a route for any construction project delivered by ECC (excluding roads and housing).
The Framework consists of 3 core Lots and will be available to other Contracting Authorities.
The Selection Questionnaire will use the PAS 91:2017 questionnaire, with the inclusion of ECC specific questions.

A bidders event will be held at 13:30 on April 1st at the JobServe Community Stadium, Colchester, Essex. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 29/03/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 230348   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 20/03/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.4          
         Lot No: 3          
         Place of text to be modified: Description of the procurement          
         Instead of: Appointment of principal contractors for projects valued between 1 000 000 GBP and 4 500 000 GBP, batched projects up to 10 000 000 GBP.          
         Read: Appointment of principal contractors for projects valued over 4 000 000 GBP, Batched Projects to Unlimited Value
                                    
   
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=387171568



Essex Construction Framework 2

UK-Chelmsford: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Essex County Council
       County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
       Email: elizabeth.prior@essex.gov.uk
       Contact: Elizabeth Prior
       Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com/
       NUTS Code: UKH3

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Essex Construction Framework 2      Reference number: 0562      
   II.1.2) Main CPV code:
      45000000 - Construction work.
      IA36-4 - For buildings
      IA01-9 - Design and construction
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Essex County Council (ECC) are looking to establish a 4 year Framework Agreement for principal contractors to carry out both design and construction and construction only works primarily on behalf of ECC.
The main driver for demand within ECC is the capital programme to expand the number of school places across the county, valued at £35m-£50m per annum. The Framework Agreement is anticipated to be utilised as a route for any construction project delivered by ECC (excluding roads and housing).
The Framework consists of 3 core Lots and will be available to other Contracting Authorities.
The Selection Questionnaire will use the PAS 91:2017 questionnaire, with the inclusion of ECC specific questions.

A bidders event will be held at 13:30 on April 1st at the JobServe Community Stadium, Colchester, Essex. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 03/05/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 230348   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 20/03/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Not provided          
         Instead of:
         Date: 15/05/2019         
         Local Time: 12:00          
         Read:
         Date: 22/05/2019         
         Local Time: 12:00                   
   
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=394990664


View Award Notice

UK-Chelmsford: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Essex County Council
       County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
       Tel. +00 0000000000, Email: elizabeth.prior@essex.gov.uk
       Contact: Elizabeth Prior
       Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com/
       NUTS Code: UKH3

   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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Essex Construction Framework 2            
      Reference number: 0562

      II.1.2) Main CPV code:
         45000000 - Construction work.
            IA36-4 - For buildings
            IA01-9 - Design and construction


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Essex County Council (ECC) are looking to establish a 4 year Framework Agreement for principal contractors to carry out both design and construction and construction only works primarily on behalf of ECC.
The main driver for demand within ECC is the capital programme to expand the number of school places across the county, valued at £35m-£50m per annum. The Framework Agreement is anticipated to be utilised as a route for any construction project delivered by ECC (excluding roads and housing).
The Framework consists of 3 core Lots and will be available to other Contracting Authorities.
The Selection Questionnaire will use the PAS 91:2017 questionnaire, with the inclusion of ECC specific questions.

A bidders event will be held at 13:30 on April 1st at the JobServe Community Stadium, Colchester, Essex. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 400,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Projects valued between 0 and 1,500,000 GBP, batched projects up to 3,000,000 GBP   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.


      II.2.3) Place of performance
      Nuts code:
      UKI5 - Outer London – East and North East
      UKJ4 - Kent
      UKH1 - East Anglia
   
      Main site or place of performance:
      Outer London – East and North East
      Kent
      East Anglia
             

      II.2.4) Description of the procurement: Split into a further 2 regional sub-lots: 1a East Essex and 1b West Essex.
The districts under Lot 1a East Essex are as follows: Basildon, Castlepoint, Chelmsford, Colchester, Maldon, Rochford, Southend, Tendring
The districts under Lot 1b West Essex are as follows: Braintree, Brentwood, Epping, Harlow, Uttlesford

Appointment of principal contractors for projects valued between 0 and 1 500 000 GBP, batched projects up to 3 000 000 GBP

The procurement will be run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection Questionnaire (SQ) — The SQ will be based on PAS 91:2017 with the inclusion of ECC specific questions. Responses will be evaluated using the selection criteria set out in the SQ. 12 suppliers in each sub-lot will be shortlisted to the Invitation to Tender (ITT) stage
2) ITT — The 12 shortlisted suppliers in each sub-lot will be invited to submit a tender based on ITT documentation. Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that 8 suppliers will be appointed to each sub-lot of the framework (including 3 reserve suppliers).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
      Quality criterion - Name: Price / Weighting: 50
                  
      Cost criterion - Name: Price / Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Projects valued between 1 000 000 and 4 500 000 GBP, batched projects up to 10 000 000 GBP   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Appointment of principal contractors for projects valued between 1 000 000 GBP and 4 500 000 GBP, batched projects up to 10 000 000 GBP.

The procurement will be run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection Questionnaire (SQ) — The SQ will be based on PAS 91:2017 with the inclusion of ECC specific questions. Responses will be evaluated using the selection criteria set out in the SQ. 12 suppliers in each lot will be shortlisted to the Invitation to Tender (ITT) stage;
2) ITT — The 12 shortlisted suppliers in each lot will be invited to submit a tender based on ITT documentation.Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that 8 suppliers will be appointed to each lot of the framework (including 3 reserve suppliers).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Price / Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Projects Valued Over 4 000 000 GBP, Batched Projects to Unlimited Value   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45000000 - Construction work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Appointment of principal contractors for projects valued between 1 000 000 GBP and 4 500 000 GBP, batched projects up to 10 000 000 GBP.
The procurement will be run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection Questionnaire (SQ) — The SQ will be based on PAS 91:2017 with the inclusion of ECC specific questions. Responses will be evaluated using the selection criteria set out in the SQ. 12 suppliers in each lot will be shortlisted to the Invitation to Tender (ITT) stage;
2) ITT — The 12 shortlisted suppliers in each lot will be invited to submit a tender based on ITT documentation.Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that 8 suppliers will be appointed to each lot of the framework (including 3 reserve suppliers).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Cost criterion - Name: Price / Weighting: 50
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 & the Environmental Information Regulations 2004. Full information can be found in the downloadable Bidders Guidance


Section IV: Procedure

IV.1) Description

   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: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 59-135561
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 0562 Lot 1a    
   Lot Number: 1    
   Title: Lot 1a - Projects valued between 0 and 1,500,000 GBP, batched projects up to 3,000,000 GBP

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bakers of Danbury Contracts Ltd, 451694
             Bakers of Danbury Ltd, Eves Corner, Danbury, CM3 4QB, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Beardwell Construction Limited, 02043581
             49 Southend Road, Grays, RM17 5NJ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Borras Construction Limited, 01520021
             Borras Construction Ltd, Unit 1 Salar House, Campfield Road, St. Albans, Hertfordshire, AL1 5HT, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: No
         
         Contractor (No.4)
             Coulson & Son Ltd, 01520222
             Coulson & Son Ltd, William James House, Cowley Road, Cambridge, CB4 0WX, United Kingdom
             NUTS Code: UKH12
            The contractor is an SME: Yes
         
         Contractor (No.5)
             NetZero Buildings Limited, 08751011
             NetZero Buildings, 5th Floor, Synergy House, 114 Southampton Row, London, WC1B 5AA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Phelan Construction Ltd, 02147266
             1 Brunel Court, Brunel Road, Clacton, CO15 4LU, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No
         
         Contractor (No.7)
             SEH French Limited, 01621424
             SEH French Ltd, 30 White House Road, Ipswich, IP1 5LT, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.8)
             TJ Evers Ltd, 00383513
             TJ Evers Ltd New Road, Tiptree, Colchester, CO5 0HQ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 0562 Lot 1b    
   Lot Number: 1    
   Title: Lot 1b - Projects valued between 0 and 1,500,000 GBP, batched projects up to 3,000,000 GBP

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bakers of Danbury Contracts Ltd, 451694
             Bakers of Danbury Ltd, Eves Corner, Danbury, CM3 4QB, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Beardwell Construction Limited, 02043581
             49 Southend Road, Grays, Greys, RM17 5NJ, United Kingdom
             NUTS Code: UKH32
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Borras Construction Limited, 01520021
             Borras Construction Ltd, Unit 1 Salar House, Campfield Road, St. Albans, AL1 5HT, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: No
         
         Contractor (No.4)
             NetZero Buildings, 08751011
             NetZero Buildings, 5th Floor Synergy House,, 114 Southampton Row, London, WC1B 5AA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             O. Seaman and Son Ltd, 01237050
             O. Seaman and Son Ltd, Prospect House, Elm Farm Park, Thurston, Bury St Edmunds, IP31 3SH, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Phelan Construction, 02147266
             1 Brunel Court, Brunel Road, Clacton, CO15 4LU, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No
         
         Contractor (No.7)
             Rose Builders Ltd, 03106982
             Riverside House, Riverside Avenue East, Lawford, CO11 1US, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.8)
             TJ Evers Ltd, 00383513
             TJ Evers Ltd, New Road, Tiptree, Colchester, CO5 0HQ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 0562 Lot 2    
   Lot Number: 2    
   Title: Projects valued between 1 000 000 and 4 500 000 GBP, batched projects up to 10 000 000 GBP

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Barnes Construction, 1359667
             6 Bermuda Road, Ransomes Europark, Ipswich, IP3 9RU, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: No
         
         Contractor (No.2)
             Beardwell Construction Limited, 02043581
             49 Southend Road, Grays, RM17 5NJ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.3)
             ENGIE Regeneration Limited, 01738371
             Q3 Office Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
             NUTS Code: UKC21
            The contractor is an SME: No
         
         Contractor (No.4)
             Kier Eastern, 2099533
             Kier Construction Limited trading as Kier Construction Eastern Building 3000, Cambridge Research Park, Beach Drive Waterbeach, Cambridge, CB25 9PD, United Kingdom
             NUTS Code: UKH12
            The contractor is an SME: No
         
         Contractor (No.5)
             Morgan Sindall plc, 4273754
             Morgan Sindall Construction & Infrastructure Ltd, St Vincent House, 1 Cutler Street, Ipswich, IP1 1UQ, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: No
         
         Contractor (No.6)
             Phelan Construction, 02147266
             1 Brunel Court, Brunel Road, Clacton, CO15 4LU, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No
         
         Contractor (No.7)
             R G Carter Ipswich, 4768800
             5 Springfield Lyons Approach, Chelmsford Business Park, Chelmsford, CM2 5LB, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No
         
         Contractor (No.8)
             TJ Evers Ltd, 383513
             TJ Evers Ltd New Road, Tiptree, Colchester, Colchester, CO5 0HQ, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000,000          
         Total value of the contract/lot: 100,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 0562 Lot 3    
   Lot Number: 3    
   Title: Projects Valued Over 4 000 000 GBP, Batched Projects to Unlimited Value

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BAM Construction, 2379469
             Centrium, Griffiths Way, St Albans, AL1 2RD, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: No
         
         Contractor (No.2)
             Barnes Construction, 1359667
             6 Bermuda Road, Ransomes Europark, Ipswich, IP3 9RU, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: No
         
         Contractor (No.3)
             ENGIE Regeneration Limited, 1738371
             Q3 Office Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
             NUTS Code: UKC21
            The contractor is an SME: No
         
         Contractor (No.4)
             John Graham (Dromore) Ltd t/a Graham Construction, NI003503
             John Graham Construction Ltd 2nd Floor, 11 Old Jewry, London, EC2R 8DU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Kier Eastern, 2099533
             Kier Construction Limited trading as Kier Construction Eastern, Building 3000, Cambridge Research Park, Beach Drive Waterbeach, Cambridge, CB25 9PD, United Kingdom
             NUTS Code: UKH12
            The contractor is an SME: No
         
         Contractor (No.6)
             Morgan Sindall plc, 4273754
             Morgan Sindall Construction & Infrastructure Ltd, St Vincent House, 1 Cutler Street, Ipswich, IP1 1UQ, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: No
         
         Contractor (No.7)
             R G Carter Ipswich, 4768800
             5 Springfield Lyons Approach, Chelmsford Business Park, Chelmsford, CM2 5LB, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No
         
         Contractor (No.8)
             Willmott Dixon Holdings, 768173
             Saxon House, 27 Duke Street, Chelmsford, CM1 1HT, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 250,000,000          
         Total value of the contract/lot: 250,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: ECF2 is available to Contracting Authorities in England Scotland & Wales. Entities which are not Contracting Authorities may use ECF2 if ECC is satisfied the entity is calling-off services directly solely & exclusively to satisfy contractual obligations to public sector bodies that are entitled to use the Framework Agreement on their own account
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=478095327

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

   VI.5) Date of dispatch of this notice: 26/03/2020