loading
  • GB-EC1M 5LA London
  • 27.01.2017
  • Ausschreibung
  • (ID 2-251696)

Development Framework (Consultants)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.01.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 10 - max. 10
    Gebäudetyp Wohnungsbau
    Art der Leistung sonstige / Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Thermische Bauphysik / Sicherheits-/ Gesundheitsschutz / Technische Ausrüstung / Kostenmanagement / Objektplanung Freianlagen / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The establishment of a Framework Agreement with a number of ‘Consultants’ to support Southern Housing Group (SHG) deliver its ‘Development Programme’ comprising of predominantly new build housing for sale, market rent and low cost rent. Further information regarding the scope of the framework is set out in the Procurement Documents.
    Leistungsumfang
    The ‘Services’ comprise of the provision of Principal Designer Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.
    Adresse des Bauherren UK-EC1M 5LA London
    TED Dokumenten-Nr. 451534-2016

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-London: Construction consultancy services

      2016/S 247-451534

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Southern Housing Group
      Fleet House, 59-61 Clerkenwell Road
      London
      EC1M 5LA
      United Kingdom
      Telephone: +44 8456120021
      E-mail: MTNgbGtxb15gcXA9cGVkb2xybStsb2Qrcmg=
      NUTS code: UKJ

      Internet address(es):

      Main address: www.shgroup.org.uk

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./8KU537N8HT
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Housing and community amenities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Development Framework (Consultants).

       

      Reference number: 10287-2
      II.1.2)Main CPV code
      71530000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The establishment of a Framework Agreement with a number of ‘Consultants’ to support Southern Housing Group (SHG) deliver its ‘Development Programme’ comprising of predominantly new build housing for sale, market rent and low cost rent. Further information regarding the scope of the framework is set out in the Procurement Documents.

       

      II.1.5)Estimated total value
      Value excluding VAT: 50 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Tenderers may bid for one or more lots in any combination. However the Authority reserves the right to limit the number of lots awarded to any Tenderer based on financial turnover limits; further details are set out in the Procurement Documents. The Authority will apply the award criteria set out in the Procurement Documents in relation to the award of lots.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 1 — Architecture (London)

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71530000
      71000000
      71200000
      71220000
      71240000
      71250000
      71251000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      London.

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of architectural and related design services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 2 — Architecture (East & South East)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71530000
      71220000
      71000000
      71240000
      71250000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKJ
      Main site or place of performance:

       

      South East (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of architectural and related design services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 3 — Architecture (West & South West)

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71530000
      71000000
      71240000
      71250000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKK
      Main site or place of performance:

       

      South West (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of architectural and related design services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 4 — Architecture (Isle of Wight)

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71530000
      71220000
      71000000
      71240000
      71250000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKJ34
      Main site or place of performance:

       

      Isle of Wight.

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of architectural and related design services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 6 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 3 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 5 — Employer's Agent (London)

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71530000
      71324000
      71541000
      71540000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      London.

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Employer's Agent, Project Management & Construction Management Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 6 — Employer's Agent (East & South East)

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71530000
      71324000
      71541000
      71540000
      II.2.3)Place of performance
      NUTS code: UKJ
      Main site or place of performance:

       

      South East (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Employer's Agent, Project Management & Construction Management Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 7 — Employer's Agent (West & South West)

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71530000
      71324000
      71541000
      71540000
      II.2.3)Place of performance
      NUTS code: UKK
      Main site or place of performance:

       

      South West (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Employer's Agent, Project Management & Construction Management Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 8 — Employer's Agent (Isle of Wight)

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71530000
      71324000
      71541000
      71540000
      II.2.3)Place of performance
      NUTS code: UKJ34
      Main site or place of performance:

       

      Isle of Wight.

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Employer's Agent, Project Management & Construction Management Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 6 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 3 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 9 — Civil & Structural Engineering (All Regions)

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71530000
      71300000
      71310000
      71311000
      71312000
      71322000
      II.2.3)Place of performance
      NUTS code: UKJ
      Main site or place of performance:

       

      South East (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Civil & Structural Engineering Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 10 — Building Services Engineering (All Regions)

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71530000
      71300000
      71310000
      71314310
      71320000
      71321000
      71333000
      71334000
      II.2.3)Place of performance
      NUTS code: UKJ
      Main site or place of performance:

       

      South East (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Building Services Engineering Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 11 — Principal Designer Services (All Regions)

       

      Lot No: 11
      II.2.2)Additional CPV code(s)
      71530000
      71220000
      71000000
      71317210
      II.2.3)Place of performance
      NUTS code: UKJ
      Main site or place of performance:

       

      South East (England).

       

      II.2.4)Description of the procurement:

       

      The ‘Services’ comprise of the provision of Principal Designer Services as part of the Authority's ‘Development Programme’. Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.
      II.2.14)Additional information

       

      The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority's minimum requirements as set out in the Procurement Documents.

       

      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:

       

      Applicants will be required to complete a Supplier Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.

       

      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      The Framework Agreement and the Call-Off Contracts forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.

       

      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
      Restricted procedure
      IV.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: The Authority is establishing the Framework Agreement up to a maximum period of 5 years (60 months) in order to align with its ‘Development Programme’ which is also established on the basis of a 5-year business plan. The Authority is justified in awarding an Agreement over this period to ensure consistency of service delivery and value for money.
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2016/S 154-278324
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 27/01/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 14/02/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.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)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

      Applicants should note that the estimated value of the Framework Agreement and each Framework Lot as set out in this Notice is based on SHG’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement.” SHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. SHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their SQ or tender submissions.

      The Framework Agreement will be open to use by the following organisations:

      — Southern Housing Group (SHG)

      — Any entity within the same group of companies as SHG from time to time (an “SHG Group Member”);

      — any entity or joint venture company that SHG or any other SHG Group Member holds an interest in from time to time; and

      — any Social Housing Provider operating in any of the regions that the Framework Agreement covers. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency (or its successor body)), local authorities and Arms Length Management Organisations. A list of current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./8KU537N8HT

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/8KU537N8HT

      GO Reference: GO-20161219-PRO-9280093.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Southern Housing Group
      Fleet House,, 59-61 Clerkenwell Road
      London
      EC1M 5LA
      United Kingdom
      Telephone: +44 8456120021
      E-mail: MjE4UV1cYmBPUWJhLmFWVWBdY14cXWBVHGNZ
      VI.4.2)Body responsible for mediation procedures
      Centre for Effective Dispute Resolution (CEDR)
      70 Fleet Street
      London
      EC4Y 1EU
      United Kingdom
      Telephone: +44 2075366000
      E-mail: MjE0W2BYYTJVV1ZkIFVhXw==

      Internet address:www.cedr.com

      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the ‘Award Decision Notice’ at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      Telephone: +44 2072761234

      Internet address:www.cabinetoffice.gov.uk

      VI.5)Date of dispatch of this notice:
      19/12/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 22.12.2016
Zuletzt aktualisiert 22.12.2016
Wettbewerbs-ID 2-251696 Status Kostenpflichtig
Seitenaufrufe 36