Opportunity

Cambridgeshire County Council Design & Build Contractor Framework 2021

  • Cambridgeshire County Council

F02: Contract notice

Notice reference: 2021/S 000-008209

Published 19 April 2021, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

Shire Hall, Castle Hill

Cambridge

CB3 0AP

Contact

Mr Ian Gower

Email

ian.gower@cambridgeshire.gov.uk

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://procontract.due-north.com/Login

Buyer's address

https://procontract.due-north.com/Login

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Login

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

Cambridgeshire County Council Design & Build Contractor Framework 2021

Reference number

DN504934

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Cambridgeshire County Council wishes to appoint a framework of contactors to carry out Design and Build services across a variety of properties within the geographical boundaries of Cambridgeshire, as well as any being open as below to all other public bodies within the boundaries of Cambridgeshire.

It is expected that an initial contract will last for a period of 3 years with the option of a 1 year extension and will take the form of a framework agreement, under which individual requirements for each project will be specified and awarded via mini-competition. It is difficult to predict the exact value of this contract as the Authority’s property portfolio is likely to vary over the contract term, but it is estimated that the total value will not be less £110m or greater than £150m.

The contractor shall be expected to primarily undertake Design & Build services for education capital projects, but the scope of the framework may also include adult social care, offices, community and public buildings.

The framework will cover construction works and will include, but not be limited to, new build,

demolitions, capital replacements, extensions, repairs and renovation programs. The successful

framework providers will be expected to have a demonstrable track record of providing these services.

The Contracting Authority expects the successful framework providers to be building contractors who are expected to be supported by a number of architectural consultancies and other appropriate specialist consultants as required.

The framework providers will be appointed to the framework through the NEC Framework Agreement. Works will be procured using NEC 4 Engineering Construction Contract (ECC) and Professional Services Contract (PSC).

The Design & Build Framework will be intended to operate in alignment with the Cambridgeshire Construction Consultants Framework.

The projects will be focused on education buildings, such as primary or secondary schools, with the balance on other public infrastructure such adult social care, offices, community and public buildings.

It is expected that the framework will last for a period of 3 years with the option of a 1 year extension and will take the form of a framework agreement, with mini-competitions run to determine the successful provider for each project. There shall be 4 lots within this contract, listed below, and Potential Providers are entitled to bid for up to three lots. Lots 1 and 3 are sub-divided in to parts a) and b) to provide further breakdown on the forecasted number of projects and spend within each lot, however Potential Providers should treat both of these as 1 lot.

This is a restricted process with 6-8 shortlisted potential providers per lot at SQ stage,to be invited to tender at ITT stage. We shall then award framework status to 5 successful providers per Lot.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There shall be 4 lots within this contract, listed below, and Potential Providers are entitled to bid for up to three lots. This is a restricted process. 6-8 potential providers per lot will be shortlisted at SQ stage. 5 Providers per lot will be awarded a place on the framework at ITT stage.

two.2) Description

two.2.1) Title

Lot 1a £1m - £2,499,999m

Lot No

1a

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

Lot 1a Design & Build Services £1m - £2,499,999m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend contract by 12 months

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 1b £2.5m - £4,499,999m

Lot No

1b

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

Lot 1b Design & Build Services £2.5m - £4,499,999m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend contract for further 12 months

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 Design & Build Services £4m - £7,999,999m

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

Lot 2 Design & Build Services £4m - £7,999,999m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend contract for further 12 months

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 3a Design & Build Services £7.5m - £10,999,999m

Lot No

3a

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

Lot 3a Design & Build Services £7.5m - £10,999,999m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend contract for further 12 months

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 3b £11m - £15,499,999m

Lot No

3b

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

Lot 3b Design & Build Services £11m - £15,499,999m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend contract for further 12 months

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 4 £15m+

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
Main site or place of performance

Cambridgeshire

two.2.4) Description of the procurement

Lot 4 Design & Build Services £15m +

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend for further 12 months

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 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

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

1 June 2021

Local time

12:00pm

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.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice,The Strand

London

Country

United Kingdom