Planning

Major Works Framework

  • University of Greenwich

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice identifier: 2023/S 000-037765

Procurement identifier (OCID): ocds-h6vhtk-042964

Published 21 December 2023, 7:06pm



Section one: Contracting authority

one.1) Name and addresses

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Contact

Ian Husson

Email

tenders@gre.ac.uk

Telephone

+44 2083318800

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

www.delta-esourcing.com

Buyer's address

www.gre.ac.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Major Works Framework

Reference number

Ref No

two.1.2) Main CPV code

  • 45214400 - Construction work for university buildings

two.1.3) Type of contract

Works

two.1.4) Short description

The University will be tendering for a major works framework for undertaking strategic projects across the estate, situated in London and the South-East of England which will be a mixture of refurbishment, rebuild and new build. The University's estate occupies 3 working university campuses and associated satellite sites. The estate comprises of a mix of properties including Scheduled Monuments, Listed buildings, buildings of various ages and construction, and projects may include basement works, demolition, decommissioning, etc. The major works under this framework are expected to be in the value range of 50,000,000 GBP to 300,000,000 GBP. The University anticipates that between 3 and 5 suppliers will be awarded a place on the framework. The framework will be for a duration of four years. Individual call-offs awarded under the framework may be for a duration beyond the framework expiry date. The framework will include services such as, but not limited to PCSA, Enabling Works, Build Contract, Surveys, etc. The framework will cater for various forms of contract, e.g. JCT. The University may hold soft marketing events for interested parties prior to the issue of the tender. Full details of the requirement will be provided in the specification and tender documents. Interested parties are invited to read the University's "This is our time: University of Greenwich Strategy 2021- 2030" at https://docs.gre.ac.uk/rep/communications-and-recruitment/this-is-our-time-university-of-greenwich-strategy-2030 All questions relating to this Notice should be sent via the Delta eSourcing portal at https://www.delta-esourcing.com/

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45212350 - Buildings of particular historical or architectural interest
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45300000 - Building installation work
  • 51000000 - Installation services (except software)
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

A framework for major works for undertaking strategic projects, including but not limited PCSA, Enabling Works, Build Contract, refurbishment, Surveys, basement works, demolition, decommissioning, etc. The estate comprises of a mix of properties including Scheduled Monuments, Listed buildings and a variety of buildings of various ages and construction. Works under this framework are expected to be in the value range of 50,000,000 GBP to 250,000,000 GBP. The framework will be for a duration of four years. Individual call-offs awarded under the framework may be for a duration beyond the framework expiry date.

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

48

two.2.11) Information about options

Options: Yes

Description of options

Within the tender documents there may be additional information in respect of options.

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.3) Estimated date of publication of contract notice

28 January 2024


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

Bidders will be required to evidence their professional capability and financial standing

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.2.3) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=821805695" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=821805695

GO Reference: GO-20231221-PRO-24835935

six.4) Procedures for review

six.4.1) Review body

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Telephone

+44 2083318000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

University of Greenwich

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The mediation process if appliable will be set out in the tender documents

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

Crown Commercial Services

London

Country

United Kingdom