Awarded contract

Major Projects Framework 2

  • Places for People Group Limited

F03: Contract award notice

Notice reference: 2022/S 000-002389

Published 27 January 2022, 10:15am



Section one: Contracting authority

one.1) Name and addresses

Places for People Group Limited

4 The Pavilions, Portway

Preston

PR2 2YB

Email

info@procurementhub.co.uk

Telephone

+44 1772897200

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.procurementhub.co.uk/

Buyer's address

https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Major Projects Framework 2

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Procurement Hub wishes to establish a framework agreement for a 4-year duration with an option to extend for a further 2 years.

Contractors are invited to apply for one of three lots for construction works and services as defined by the NUTS and CPV.

As a condition of the Framework Agreement, the successful Tenderer for each Lot will be required to tender a minimum of 70% of the value of each construction project awarded under the Framework to sub-contractors via Procurement Hub's compliant solutions or alternative tender platforms. This will enable local supply chains and SMEs to bid for the vast majority of the Framework value. Current DPS solutions can be accessed via https://www.procurementhub.co.uk/opportunities

This framework is available for use by public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015 and additionally listed online at http://www.procurementhub.co.uk/eligibility-criteria/

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,200,000,000

two.2) Description

two.2.1) Title

Scotland

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45240000 - Construction work for water projects
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45260000 - Roof works and other special trade construction works
  • 44211100 - Modular and portable buildings
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 31121000 - Generating sets
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72224000 - Project management consultancy services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • UKM6 - Highlands and Islands
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
Main site or place of performance

SCOTLAND,Highlands and Islands,North Eastern Scotland,Eastern Scotland,West Central Scotland

two.2.4) Description of the procurement

Experienced suppliers are invited to apply for construction works and services in Scotland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, preconstruction and construction costs and regional pricing variations that can be applied to all construction schemes.

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, inhouse and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The framework is awarded for a period of 48 months. The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Priorities under the Public Services (Social Value) Act 2012 the contracting authority must consider are described in the procurement documents.

two.2) Description

two.2.1) Title

England and Wales

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45240000 - Construction work for water projects
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 44211100 - Modular and portable buildings
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 31121000 - Generating sets
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72224000 - Project management consultancy services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
  • UKJ - South East (England)
  • UKK - South West (England)
  • UK - United Kingdom
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

EAST OF ENGLAND,LONDON,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),UNITED KINGDOM,YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)

two.2.4) Description of the procurement

Experienced suppliers are invited to apply for construction works and services in England and Wales. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, preconstruction and construction costs and regional pricing variations that can be applied to all construction schemes.

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, inhouse and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The framework is awarded for a period of 48 months. The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Priorities under the Public Services (Social Value) Act 2012 the contracting authority must consider are described in the procurement documents.

two.2) Description

two.2.1) Title

Northern Ireland

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 44211100 - Modular and portable buildings
  • 45120000 - Test drilling and boring work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45214000 - Construction work for buildings relating to education and research
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45240000 - Construction work for water projects
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45260000 - Roof works and other special trade construction works
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70112000 - Development of non-residential real estate
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 72224000 - Project management consultancy services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 31121000 - Generating sets
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN - Northern Ireland
Main site or place of performance

Northern Ireland,NORTHERN IRELAND

two.2.4) Description of the procurement

Experienced suppliers are invited to apply for construction works and services in Northern Ireland. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The works and services will comprise all types of Construction works and services, including design and other services as required to design, develop and construct the works. The specific works and services that may be procured under the framework cannot be clearly defined at this stage, however the nature and types of works that may be required may include those services identified by CPV code on or in connection with any land or property and related asset owned, rented, leased or developed by any of the public sector bodies eligible to use the framework, or on property or related assets in which any of the public sector bodies may have an interest at the time or prospectively and may include projects in the following sectors amongst others: housing, education, emergency services, health, offices, transport, military, industrial and commercial buildings and other public sector operational buildings and establishments.

The works to principally be conducted under Major Projects Framework 2 will include all major project construction on new and existing buildings as well as retrofit, refurbishment, repairs and maintenance. It will also include the professional services attached to major project works such as architecture, employer’s agent and the various RIBA disciplines.

Whilst scope cannot be clearly defined at this stage, this justifies the approach of asking suppliers to bid on an industry tested pricing model that covers value banded fee model, preconstruction and construction costs and regional pricing variations that can be applied to all construction schemes.

The works and services will comprise all types of building construction works and associated civil, mechanical, electrical and services works and may include design and other services as required for a develop and constructor design and build works. The provider will be expected to work closely, and co-operate with local government and other contracting authorities, inhouse and external design consultants such as architects and employers agents, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators provided within the contract documentation.

As well as the minimum commitment to subcontract at least 70% of works to local supply chains and SMEs, framework partners will be required to undertake Modern Slavery awareness training for every project, demonstrate their financial stability, provide a commitment to social value and help support Members to achieve their NET zero targets.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The framework is awarded for a period of 48 months. The Contracting Authority has an option to extend the duration of the framework agreement by a further period of 24 months in accordance with the terms set out in the framework agreement.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Priorities under the Public Services (Social Value) Act 2012 the contracting authority must consider are described in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-023925


Section five. Award of contract

Lot No

1

Title

Scotland

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 January 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Robertson Construction Group Limited

10 Perimeter Road, Pinefield, Elgin

Moray

IV30 6AE

Country

United Kingdom

NUTS code
  • UKM - Scotland
National registration number

SC347921

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £900,000,000

Total value of the contract/lot: £900,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 70 %

Short description of the part of the contract to be subcontracted

As a condition of the Framework Agreement, the successful Tenderer for each Lot will be required to tender a minimum of 70% of the value of each construction project awarded under the Framework to sub-contractors via Procurement Hub's compliant solutions or alternative tender platforms. This will enable local supply chains and SMEs to bid for the vast majority of the Framework value.


Section five. Award of contract

Lot No

2

Title

England and Wales

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 January 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Willmott Dixon Construction Limited

Suite 201 The Spirella Building, Bridge Road

Letchworth Garden City

SG6 4ET

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00768173

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,000,000,000

Total value of the contract/lot: £3,000,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 70 %

Short description of the part of the contract to be subcontracted

As a condition of the Framework Agreement, the successful Tenderer for each Lot will be required to tender a minimum of 70% of the value of each construction project awarded under the Framework to sub-contractors via Procurement Hub's compliant solutions or alternative tender platforms. This will enable local supply chains and SMEs to bid for the vast majority of the Framework value.


Section five. Award of contract

Lot No

3

Title

Northern Ireland

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 January 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Farrans Construction trading as a division of Northstone (NI) Limited

99 Kingsway, Dunmurry

Belfast

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

NI004078

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £300,000,000

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 70 %

Short description of the part of the contract to be subcontracted

As a condition of the Framework Agreement, the successful Tenderer for each Lot will be required to tender a minimum of 70% of the value of each construction project awarded under the Framework to sub-contractors via Procurement Hub's compliant solutions or alternative tender platforms. This will enable local supply chains and SMEs to bid for the vast majority of the Framework value.


Section six. Complementary information

six.3) Additional information

Under the Public Services (Social Value) Act 2012 the contracting authority must consider:

(a)How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and

(b)How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.

To view this notice, please click here:

https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=659741319

GO Reference: GO-2022127-PRO-19544696

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority has observed a standstill period following the award of the

framework agreement and will conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom