Cameron Consulting: Component Primary Schools Framework

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Component Primary Schools Framework
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Works
Procedure: Restricted
Short Description: This commission is to design and build a standardised component solution to suit all primary schools be they all-through Primary, Junior or Infant and to suit a range of forms of entry (size of school). This framework includes the implementation of 9 initial primary schemes and the potential of further primary school schemes up to total project value of £95m. The EFA intends to develop and apply the solution developed under this framework foruse on further frameworks which will include primary school blocks and secondary school blocks.
Published: 11/08/2016 22:59
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-London: Primary school construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Education (for itself and on behalf of the contracting authorities described in section II.2.14)
             c/o Education Funding Agency, 20 Great Smith Street, London, SW1P 3BT, United Kingdom
             Email: offsiteworks.PSBP2@education.gsi.gov.uk
             Contact: Richard Crosby
             Main Address: https://www.gov.uk/government/organisations/education-funding-agency
             NUTS Code: UKI1
      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: Yes.
      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-London:-Primary-school-construction-work./6VG9CB9B9F
      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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Component Primary Schools Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45214210 - Primary school construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: This commission is to design and build a standardised component solution to suit all primary schools be they all-through Primary, Junior or Infant and to suit a range of forms of entry (size of school). This framework includes the implementation of 9 initial primary schemes and the potential of further primary school schemes up to total project value of £95m. The EFA intends to develop and apply the solution developed under this framework foruse on further frameworks which will include primary school blocks and secondary school blocks.       
      II.1.5) Estimated total value:
      Value excluding VAT: 95,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71221000 - Architectural services for buildings.
      44211000 - Prefabricated buildings.
      45100000 - Site preparation work.
      45210000 - Building construction work.
      45214200 - Construction work for school buildings.
      45214230 - Special school construction work.
      45214000 - Construction work for buildings relating to education and research.
      45111000 - Demolition, site preparation and clearance work.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The EFA intends to appoint three contractors to the framework agreement - a primary contractor and tworeserve contractors. The primary contractor will deliver a group of 9 primary schools named in the frameworkagreement. The reserve contractors will deliver any such schemes in circumstances where the prime contractor is unable to deliver the scheme or disqualified pursuant to the terms of the framework agreement. The framework also allows for the introduction of future primary school schemes up to a maximum value (including the named schemes) of circa £95,000,000. These additional schemes will be open to the primary contractor and the two reserve contractors and subject to the mini-competition procedure set out in the framework agreement. Schemes may be located throughout England.
      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: 95,000,000       
      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: 8       
      Objective criteria for choosing the limited number of candidates: Candidates will be limited by applying the selection criteria set out in the pre-qualification questionnaire available from the above-mentioned contact point in section I.3.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: It it intended that an initial 9 primary school schemes will be delivered through the framework agreement.Further primary school schemes (including primary Free Schools) may be delivered through the framework agreement up to a total value of approximately £95,000,000.
      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: Purchases from the Framework Agreement may be made by the Secretary of State for Education and by local authorities in England, academy trust companies and proprietors of free schools in England and governing bodies of maintained schools in England.       


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:          
      The successful candidates will be required to maintain insurance of the types and in the amounts set out in the framework agreement, available from the above-mentioned contact point.    
      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: Yes    

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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 3               
         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 60 - 100518       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/09/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/10/2016       
      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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority welcomes expressions of interest from consortia. No particular legal form is required at the time of submission of expressions of interest or tenders. The contracting authority reserves the right,however, to require consortia to form a legal entity prior to the execution of the framework agreement or to require that each party to the consortium undertakes joint and several liability for the delivery of the framework agreement and contracts issued under it.

The Education Funding Agency has adopted Constructionline, a certification service for construction-related contractors, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity.
If you are already registered with Constructionline, you will not need to complete our full PQQ – simply complete the top section of the Compliance Questionnaire providing details of your Constructionline registration and you then only need to complete the separate project specific Technical questionnaire.

If you are not registered on Constructionline you can still participate and will need to provide a response to the full PQQ and complete all questions in the Compliance Questionnaire and Technical Questionnaire.

If you are registered with Constructionline, please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate, that you are registered for appropriate work categories,and that you have a suitable notation value in place. Please note that if the details held on Constructionline do not meet the mandatory requirements listed in the Technical Questionnaire, then you will either need to update your details on Constructionline or provide additional information with your response to the Technical Questionnaire to demonstrate compliance. You must ensure any changes are made to your information prior to the closing date of this notice. Please contact Andy Preston on 07584703352 or andrew.preston@capita.co.uk for assistance.

Candidates who wish to register with Constructionline may contact Tom Jackson on 07712391082 orthomas.jackson@capita.co.uk . If you wish to register in advance to avoid completing the compliancequestionnaire, you will need to start the registration process as soon as possible and ensure that you achieve a fully registered status prior to the closing date of this notice.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Primary-school-construction-work./6VG9CB9B9F

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6VG9CB9B9F
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          N/A, United Kingdom
   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:
          N/A
       N/A, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 11/08/2016

Annex A


View any Notice Addenda

View Award Notice