Essex County Council: Major Capital Construction Framework 2

  Essex County Council has published this notice through Delta eSourcing

Notice Summary
Title: Major Capital Construction Framework 2
Notice type: Prior Information Notice
Authority: Essex County Council
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 21/02/2019 10:42

View Full Notice

UK-Chelmsford: Construction work.


Preliminary Questions
   This notice is for prior information only: Yes
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: No
         
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: http://www.essex.gov.uk
       NUTS Code: UKH3
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: the above mentioned address

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 - 1
   II.1.1) Title: Major Capital Construction Framework 2    
          Reference number: 0562
   II.1.2) Common Procurement Vocabulary:       
      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) intends 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. This programme is valued at 35,000,000 - 50,000,000 GBP per annum. The Framework Agreement is anticipated to be utilised as a route for all construction projects delivered by ECC (excluding roads and housing).
The intention is that the Framework will consist of 3 core Lots.
Additionally, the Framework Agreement will be available to other Contracting Authorities within England

It's intended that the Selection Questionnaire will be released on 13th March 2019, using the PAS 91:2013+A1:2017 questionnaire, with the inclusion of ECC specific questions. A bidders event will be held on April 1st.          
   II.1.5) Estimated total value:       
      Value excluding VAT (give figures only) : 400,000,000 - GBP
   II.1.6) Information about lots:
      This contract is divided into lots: Yes          
      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: Not Provided

II.2) Lot Description : 1    
   II.2.1) Title: Projects valued between 0 and 1,500,000 GBP, batched projects up to 3,000,000 GBP
         Lot Number: 1          
   II.2.2) Additional CPV code(s):       
      45000000 - Construction work.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKI5 - Outer London – East and North East          
         UKJ4 - Kent          
         UKH1 - East Anglia    
   II.2.4) Description of the procurement:       
      Split into a further 2 regional Sub-Lots; East Essex/West Essex.
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 91:2013+A1:2017 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.2.14) Additional information          
      The first stage of the procurement process (i.e. the Selection Questionnaire) will be run on the BiP Delta eSourcing portal https://www.deltaesourcing.com. Potential bidders will need to register on the Delta eSourcing system to access the procurement documentation when it is published. Registration is free of charge. Further information will be provided within the Contract Notice.    

II.2) Lot Description : 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 Number: 2          
   II.2.2) Additional CPV code(s):       
      45000000 - Construction work.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKH - EAST OF ENGLAND          
         UKI - LONDON          
         UKJ - SOUTH EAST (ENGLAND)    
   II.2.4) Description of the procurement:       
      Appointment of Principal Contractors for projects valued between £1,000,000 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 91:2013+A1:2017 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.2.14) Additional information          
      The first stage of the procurement process (i.e. the Selection Questionnaire) will be run on the BiP Delta eSourcing portal https://www.deltaesourcing.com. Potential bidders will need to register on the Delta eSourcing system to access the procurement documentation when it is published. Registration is free of charge. Further information will be provided within the Contract Notice.    

II.2) Lot Description : 3    
   II.2.1) Title: Projects valued over 4,000,000 GBP, batched projects to unlimited value
         Lot Number: 3          
   II.2.2) Additional CPV code(s):       
      45000000 - Construction work.       
   II.2.3) Place of performance:       
      Region Codes:               
         UK - UNITED KINGDOM    
   II.2.4) Description of the procurement:       
      Appointment of Principal Contractors for projects valued over £4,000,000 GBP, batched projects to unlimited value

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 91:2013+A1:2017 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.2.14) Additional information          
      The first stage of the procurement process (i.e. the Selection Questionnaire) will be run on the BiP Delta eSourcing portal https://www.deltaesourcing.com. Potential bidders will need to register on the Delta eSourcing system to access the procurement documentation when it is published. Registration is free of charge. Further information will be provided within the Contract Notice.    

II.3) Estimated Date of publication
         12/03/2019
      
      
Section IV: Procedure   

IV.1) Description       
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - YES

Section VI: Complementary Information    
VI.3) Additional Information:       
   To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=357729190
GO-2019221-PRO-14143955 TKR-2019221-PRO-14143954        

VI.5) Date Of Dispatch Of This Notice: 21/02/2019

View any Notice Addenda

View Award Notice