Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
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:
Stonewater Employer's Agent Framework (Eastern Region).
Reference number: T10285/1
II.1.2)Main CPV code
71530000
II.1.3)Type of contract
Services
II.1.4)Short description:
Stonewater Ltd (‘the Authority’) is establishing a framework of Employer's Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5 000 new homes over the next 10 years. The services will include undertaking full Employer's Agent and related services to support a delivery programme that will typically involve the construction of new homes and/or refurbishment under a design and build programme (both single and 2-stage tendering). The framework is being established to cover the ‘Eastern Region’ as detailed in this notice. In addition, this framework will be made available to other authorities wishing to access Employer's Agent services. The services provided will be ‘called-off’ in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The Framework Value is estimated between 1 500 000 and 2 000 000 GBP.
II.1.5)Estimated total value
Value excluding VAT: 2 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71530000
71315200
71324000
71317210
71541000
II.2.3)Place of performance
NUTS code: UKH
Main site or place of performance:
II.2.4)Description of the procurement:
Stonewater Ltd (‘the Authority’) is establishing a framework of Employer's Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5 000 new homes over the next 10 years. The services will include undertaking full Employer's Agent and related services to support a delivery programme that will typically involve the construction of new homes under a design and build programme (both single and 2-stage tendering). In addition, this framework will be made available to other authorities wishing to access Employer's Agent services. The services provided will be ‘called-off’ in accordance with the terms and conditions set out in the Framework Agreement provided within the procurement documentation. The Authority intends awarding up to four places onto the framework, subject to the Applicant achieving the minimum threshold score as set out in the Selection Questionnaire (SQ) and achieving one of the top 4 scores against the award criteria.
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: 2 000 000.00 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.2.10)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: no
II.2.14)Additional information
The Authority is establishing this framework on behalf of others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm's-Length Management Organisations (ALMO). Such organisations will be entitled to ‘call-off’ services under the Framework Agreement with the written consent of the Authority.
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 Selection Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015. 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 Call-Off Contract 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
Open 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
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Date: 26/04/2017
Local time: 12:00
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
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
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:
MjEzXGFZYjNWWFdlIVZiYA==
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 and 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:
22/03/2017