Opportunity

NUN - Modern Methods of Construction, Architect and Employer’s Agent Framework

  • Nuneaton and Bedworth Borough Council

F02: Contract notice

Notice reference: 2021/S 000-006245

Published 26 March 2021, 3:11pm



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

Email

procurement@nuneatonandbedworth.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.nuneatonandbedworth.gov.uk

Buyer's address

http://www.csw-jets.co.uk

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