Section one: Contracting authority
one.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Portway
Preston
PR2 2YB
Contact
Craig Ainscow
Telephone
+44 1772897200
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
Tenders or requests to participate must be submitted to the above-mentioned address
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.1.5) Estimated total value
Value excluding VAT: £4,200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
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
- UKM9 - Southern Scotland
- UKM7 - Eastern Scotland
- UKM8 - West Central Scotland
Main site or place of performance
SCOTLAND,Highlands and Islands,North Eastern Scotland,Southern 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, pre-construction 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, in-house 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
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
To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
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
- 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
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 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)
- 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),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, pre-construction 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, in-house 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
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) 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, pre-construction 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, in-house 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated 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
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Procurement Hub recognises the considerable investment in infrastructure, equipment and people, process and systems required to create and manage the expert, local and responsive supply chains to operate this framework. An initial term of 48 months will only be extended by 24 months in accordance with the terms and conditions as set out in the procurement documentation.
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 000-021605
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Construction-work./8TZ78T2XD7
To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/8TZ78T2XD7
GO Reference: GO-2021927-PRO-18975449
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 will observe a standstill period following the award of the framework agreement and 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