Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Urban and City Centre Regeneration Construction Framework

  • First published: 05 March 2019
  • Last modified: 05 March 2019
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Mi Concepts Ltd
Authority ID:
AA60129
Publication date:
05 March 2019
Deadline date:
04 April 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Each lot conforms to the description of the opportunity above. Lots will be divided according to the value of the projects. This is to engage with the best suppliers for each size of development, utilising SMEs where this provides the best quality and value for money. Any organisation, or consortium, can apply to be a supplier if they can deliver comprehensive works as detailed in the tender description.

This framework is available to Contracting Authorities throughout the UK. However it is not mandatory to cover the whole region. There will be a process of further competition for specific jobs. There is also a process for direct award, which will be detailed in the tender documents.

A list of eligible Contracting Authorities that may use this framework is available with the procurement documents, which will be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Mi Concepts Ltd

08756870

Westgate Street

Gloucestershire

GL1 2TG

UK

Contact person: Gareth Wilson

E-mail: enquiries@miconcepts.co.uk

NUTS: UK

Internet address(es)

Main address: http://miprocurement.miconcepts.co.uk

Address of the buyer profile: http://miprocurement.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

Urban and City Centre Regeneration Construction Framework

Reference number: MCE 18014

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This framework is designed to cover a broad scope of construction projects, focused on the development and regeneration of urban centres throughout the UK. Contractors may be called upon by eligible Contracting Authorities to provide complete design and build projects for simple structures; or complete construction projects based on detailed designs from the Authority or its agents (developers, architects, etc.); or associated construction activities.

The framework is aimed at driving city and town centre development to bolster economic growth, promote business and improving living spaces for residents of urban areas. The types of projects will include commercial or mixed-use sites comprising shops and residential properties, entertainment complexes, structures for public use, enterprise developments, institutional premises including universities and colleges; leisure; parking; amenities; as well as associated infrastructure.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Projects Less than 1 000 000 GBP

II.2.2) Additional CPV code(s)

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

Each lot conforms to the description of the opportunity above. Lots will be divided according to the value of the projects. This is to engage with the best suppliers for each size of development, utilising SMEs where this provides the best quality and value for money. Any organisation, or consortium, can apply to be a supplier if they can deliver comprehensive works as detailed in the tender description.

This framework is available to Contracting Authorities throughout the UK. However it is not mandatory to cover the whole region. There will be a process of further competition for specific jobs. There is also a process for direct award, which will be detailed in the tender documents.

A list of eligible Contracting Authorities that may use this framework is available with the procurement documents, which will be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.

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

Lot No: 2

II.2.1) Title

Projects between 1 000 000 GBP-5 000 000 GBP

II.2.2) Additional CPV code(s)

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

Each lot conforms to the description of the opportunity above. Lots will be divided according to the value of the projects. This is to engage with the best Suppliers for each size of development, utilising SMEs where this provides the best quality and value for money. Any organisation, or consortium, can apply to be a supplier if they can deliver comprehensive works as detailed in the tender description.

This framework is available to Contracting Authorities throughout the UK. However it is not mandatory to cover the whole region. There will be a process of further competition for specific jobs. There is also a process for direct award, which will be detailed in the tender documents.

A list of eligible contracting authorities that may use this framework is available with the procurement documents, which will be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.

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

Lot No: 3

II.2.1) Title

Projects between 5 000 000 GBP-10 000 000 GBP

II.2.2) Additional CPV code(s)

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

Each lot conforms to the description of the opportunity above. Lots will be divided according to the value of the projects. This is to engage with the best Suppliers for each size of development, utilising SMEs where this provides the best quality and value for money. Any organisation, or consortium, can apply to be a supplier if they can deliver comprehensive works as detailed in the tender description.

This framework is available to Contracting Authorities throughout the UK. However it is not mandatory to cover the whole region. There will be a process of further competition for specific jobs. There is also a process for direct award, which will be detailed in the tender documents.

A list of eligible Contracting Authorities that may use this framework is available with the procurement documents, which will be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.

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

Lot No: 4

II.2.1) Title

Projects above 10 000 000 GBP

II.2.2) Additional CPV code(s)

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

Each lot conforms to the description of the opportunity above. Lots will be divided according to the value of the projects. This is to engage with the best Suppliers for each size of development, utilising SMEs where this provides the best quality and value for money. Any organisation, or consortium, can apply to be a supplier if they can deliver comprehensive works as detailed in the tender description.

This framework is available to Contracting Authorities throughout the UK. However it is not mandatory to cover the whole region. There will be a process of further competition for specific jobs. There is also a process for direct award, which will be detailed in the tender documents.

A list of eligible Contracting Authorities that may use this framework is available with the procurement documents, which will be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.

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

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: 20

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 209-476283

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/04/2019

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: 05/04/2019

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 login.

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.

Information about authorised persons and opening procedure:

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.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

28/02/2019

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
enquiries@miconcepts.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.