Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mi Concepts Ltd
08756870
Midshire House, Midshires Business Park, Smeaton Close
Gloucestershire
GL14 2JF
UK
Contact person: Gareth Wilson
E-mail: gareth@miconcepts.co.uk
NUTS: UK
Internet address(es)
Main address: http://miprocurement.co.uk
Address of the buyer profile: http://miprocurement.miconcepts.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://miprocurement.miconcepts.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://miprocurement.miconcepts.co.uk
I.4) Type of the contracting authority
Other: Public Sector Buyer
I.5) Main activity
Other: Procurement and Government Consultancy
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Construction Developer Framework
Reference number: MCE 18012
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
This framework is intended for appointed suppliers to deliver either complete development projects as a whole — including construction and potentially the ongoing management or disposal of premises — or the associated activities to facilitate such projects on an independent basis. There is a process of further competition for call-off contracts, as a well as a mechanism for direct award.
The types of projects covered by this Framework could include residential development and housing; emergency accommodation for displaced families and individuals; other public buildings including libraries; institutional premises including universities and colleges; commercial projects; entertainment complexes; urban and city centre regeneration; industrial and mixed use developments; retail, leisure, educational development; as well as associated infrastructure.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
EUR
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2) Description
Lot No: 1
II.2.1) Title
Projects Less Than 1 000 000 GBP
II.2.2) Additional CPV code(s)
70000000
45000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Eligible contracting authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4) Description of the procurement
This lot conforms to the general description of the procurement set out above. However it is for projects below 1 000 000 GBP in total value.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
There will be conditions for appointment based on Supplier turnover over the last 3 years, which will dictate the applicable lots and therefore sizes of projects available to Suppliers throughout the duration of the framework.
Lot No: 2
II.2.1) Title
Projects Between 1 000 000 GBP–5 000 000 GBP
II.2.2) Additional CPV code(s)
70000000
45000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Eligible contracting authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4) Description of the procurement
This lot conforms to the general description of the procurement set out above. However it is for projects between 1 000 000 GBP–5 000 000 GBP in total value.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
There will be conditions for appointment based on Supplier turnover over the last 3 years, which will dictate the applicable lots and therefore sizes of projects available to Suppliers throughout the duration of the framework.
Lot No: 3
II.2.1) Title
Projects Between 5 000 000 GBP–10 000 000 GBP
II.2.2) Additional CPV code(s)
70000000
45000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Eligible contracting authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4) Description of the procurement
This lot conforms to the general description of the procurement set out above. However it is for projects between 5 000 000 GBP–10 000 000 GBP in total value.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
25 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
There will be conditions for appointment based on Supplier turnover over the last three years, which will dictate the applicable lots and therefore sizes of projects available to Suppliers throughout the duration of the framework.
Lot No: 4
II.2.1) Title
Projects Over 10 000 000 GBP
II.2.2) Additional CPV code(s)
70000000
45000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Eligible contracting authorities are throughout the entire UK. However, it is not mandatory for suppliers to cover the whole region. Terms detailed in contract documents.
II.2.4) Description of the procurement
This lot conforms to the general description of the procurement set out above. However it is for projects over 10 000 000 GBP in total value.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
There will be conditions for appointment based on Supplier turnover over the last three years, which will dictate the applicable lots and therefore sizes of projects available to Suppliers throughout the duration of the framework.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Appointment to the framework is Pass or Fail, based on Suppliers meeting the relevant criteria. This includes completeness of the provided pricing schedule, as well as minimum standards of health and safety (such as registration on an SSIP scheme), self certification the supplier is a going concern, and satisfies the requirements regarding mandatory or discretionary exclusion. This establishes a minimum standard for appointment to the framework, whilst there may be a competitive quality and price weighting on a per job basis.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
A pro forma copy of the framework contract is included with the tender documents. This outlines the conditions of performance, including KPIs, standards of workmanship and how the call-off process will work.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 30
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 207-471594
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/03/2019
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/03/2019
Local time: 09:00
Place:
Tenders will be evaluated at Mi Concepts premises, using the online software provided for tender bids. Permitted users have a secure log in.
Information about authorised persons and opening procedure:
At the submission deadline for the tender the Suppliers submission will be locked, and turned to a file download for records and evaluation purposes. All conditions of confidentiality are included in the tender documents also.
Tenders will be evaluated in accordance with the conditions laid out in the tender documents, by representatives of Mi Concepts.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
VI.3) Additional information
Suppliers can access the tender documents, and submit a tender online at the following link:
http://miprocurement.miconcepts.co.uk
VI.4) Procedures for review
VI.4.1) Review body
Mi Concepts Ltd
The Picture House, 309 Holdenhurst Road
Bournemouth
BH8 8BX
UK
Telephone: +44 2088191488
E-mail: enquiries@miconcepts.co.uk
Internet address(es)
URL: http://www.miconcepts.co.uk
VI.5) Date of dispatch of this notice
11/02/2019