loading
  • GB-RG2 6GP Reading
  • 26.04.2017
  • Ausschreibung
  • (ID 2-260006)

Stonewater Employer's Agent Framework (Eastern Region)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.04.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Kostenmanagement / Projektsteuerung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-RG2 6GP Reading
    TED Dokumenten-Nr. 109797-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Reading: Construction consultancy services

      2017/S 059-109797

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Stonewater Ltd
      3rd Floor, 100 Longwater Avenue, Green Park Business Centre
      Reading
      RG2 6GP
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MjE4YlNcUlNgYS5RT1tTYF1cG1FdXGFjWmJXXFUcUV0cY1k=
      NUTS code: UKH

      Internet address(es):

      Main address: https://www.delta-esourcing.com/

      Address of the buyer profile: https://www.stonewater.org/

      I.2)Joint procurement
      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-Reading:-Construction-consultancy-services./469GD94U7N
      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:

       

      East of England.

       

      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
      Notice number in the OJ S: 2016/S 152-275356
      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:

       

      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.

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

      https://www.delta-esourcing.com/tenders/UK-UK-Reading:-Construction-consultancy-services./469GD94U7N

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/469GD94U7N

      GO Reference: GO-2017322-PRO-9851769.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Stonewater Ltd
      3rd Floor, 100 Longwater Avenue, Green Park Business Centre
      Reading
      RG2 6GP
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MTNxYmthYm9wPWBeamJvbGsqYGxrcHJpcWZrZCtgbCtyaA==
      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
    © 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 24.03.2017
Zuletzt aktualisiert 24.03.2017
Wettbewerbs-ID 2-260006 Status Kostenpflichtig
Seitenaufrufe 42