Section one: Contracting authority
one.1) Name and addresses
Nuneaton and Bedworth Borough Council
Town Hall , Coton Road
Nuneaton
CV11 5AA
Contact
Nuneaton and Bedworth Borough Council - Procurement Team
procurement@nuneatonandbedworth.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
www.nuneatonandbedworth.gov.uk
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/csw-jets
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/csw-jets
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NUN - Modern Methods of Construction, Architect and Employer’s Agent Framework
Reference number
10375
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Council is procuring providers for the delivery of construction and related activities under 3 Lots. The works and services will be delivered under a Framework Agreement (FAC1) and Call-Off Contract arrangements as detailed in the Tender documents. The Framework will be for four years, but call-off contracts may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure and anticipates shortlisting 10 bidders per Lot to be Invited to Tender. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 – Modern Methods of Construction, Civil, Structural and Groundworks
Lot No
1
two.2.2) Additional CPV code(s)
- 45111250 - Ground investigation work
- 71500000 - Construction-related services
- 71541000 - Construction project management services
- 45100000 - Site preparation work
- 71400000 - Urban planning and landscape architectural services
- 45112700 - Landscaping work
- 71322100 - Quantity surveying services for civil engineering works
- 71540000 - Construction management services
- 45262500 - Masonry and bricklaying work
- 45260000 - Roof works and other special trade construction works
- 44211000 - Prefabricated buildings
- 45223821 - Prefabricated units
- 45112000 - Excavating and earthmoving work
- 45223822 - Prefabricated components
- 71251000 - Architectural and building-surveying services
- 45262800 - Building extension work
- 45223820 - Prefabricated units and components
- 71324000 - Quantity surveying services
- 45200000 - Works for complete or part construction and civil engineering work
- 45111000 - Demolition, site preparation and clearance work
- 45210000 - Building construction work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45223810 - Prefabricated constructions
- 45000000 - Construction work
- 44211100 - Modular and portable buildings
- 45223000 - Structures construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Works and associated services performed under Lot 1 may take place at any location in the United Kingdom.
two.2.4) Description of the procurement
Lot 1 comprises the construction and installation of domestic modular constructed dwellings of various designs and the provision of all associated site works required for completion of the developments.Works will be priced under property archetype rates, schedules of rates and design services.Full details are included in the Specifications and Pricing Documents plus ancillary appendices.Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies.The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.Full details of the requirements and how to participate are in the procurement and Tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Lot 2 – Architect and Lead Designer Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71541000 - Construction project management services
- 71400000 - Urban planning and landscape architectural services
- 79415200 - Design consultancy services
- 71540000 - Construction management services
- 71221000 - Architectural services for buildings
- 71251000 - Architectural and building-surveying services
- 71242000 - Project and design preparation, estimation of costs
- 71220000 - Architectural design services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Services performed under Lot 2 may take place at any location in the United Kingdom.
two.2.4) Description of the procurement
Lot 2 comprises the following:• Architectural & Design Services in the pre-tender stage for Housing developments delivered using Modern Methods of Construction (MMC)• Architectural & Design Services in the pre-tender stage for Housing developments delivered using a traditional Design & Build approach• Employer’s Agent Services for post tender services for Housing developments delivered using a traditional Design & Build approach. (This will only be used where the Architect/Lead Designer has been retained from the pre-tender stage).• Principal Designer Services – single fee proposal for Housing delivered either through MMC, D & B or Traditional procurementCall-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents. In addition to the above the appointed Consultant may be awarded contracts for design services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Lot 3 - Project Management, Employer’s Agent and Quantity Surveyor Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
- 71541000 - Construction project management services
- 71400000 - Urban planning and landscape architectural services
- 71540000 - Construction management services
- 71251000 - Architectural and building-surveying services
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Services performed under Lot 3 may take place at any location in the United Kingdom.
two.2.4) Description of the procurement
Lot 3 comprises the following:• Employer’s Agent and Quantity Surveying Services for Housing developments delivered using Modern Methods of Construction• Employer’s Agent and Quantity Surveying Services for Housing developments delivered using a traditional Design & Build approach• Quantity Surveying for Housing developments at initiation stages.In addition to the above the appointed Consultant may be awarded contracts for Project Management, Employers Agent and Quantity Surveying services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices. Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the procurement and Tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the procurement documents
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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: 18
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 May 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Nuneaton and Bedworth Borough Council will observe a stand still period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
Nuneaton
SW1A 2AS
Country
United Kingdom