Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Construction Professional Services Framework.
Reference number: SS3/16/109
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Authority is seeking to establish a Framework for the provision of Design /Architectural/Engineering/Surveying services, project management (CA/EA), cost management, programme management, building control. The Authority wishes to appoint a panel of multi-disciplinary and specialist consultants to support MPS and other public bodies. The term of the Framework will be 48 months with the option to extend for a further 12 months where the legal regime permits. The Authority is proposing to appoint a total of 16 service providers across 6 individual Lots. All service disciplines are necessary for the completion and delivery of a diverse range of construction projects (incl. new & refurbishment schemes) through RIBA Works Stages 0 to 7. The value of the schemes is likely to range from 150 000 GBP to 20 000 000 GBP and above. A further detailed description of the specific services per Lot is set out in the Statement of Service Requirements (SoSR) document which is included 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 maximum number of lots: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Individual Lots or the following combinations Lots 1 & 2 or Lots 2 & 3 or Lots 4 & 5 or Lots 4, 5 & 6 or Lots 5 & 6.
II.2)Description
II.2.1)Title:
Lot 1: Project Delivery Services requiring full design for projects of value up to £2M
Lot No: 1
II.2.2)Additional CPV code(s)
71200000
71220000
71221000
71241000
71242000
71248000
71250000
71300000
71312000
71313000
71313400
71315300
71319000
71320000
71321000
71324000
71500000
71510000
71530000
71541000
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
Under this lot service providers will primarily be providing initial and full design services, including architecture, engineering, surveying, CDM PD services. More information about the services included under this Lot can be found in the SoSR. Subject to capacity it is envisaged that 4 service providers will be appointed to Lot 1. A service provider which applies to be listed under Lot 1 can also apply to be listed under Lot 2.
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: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
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
II.2)Description
II.2.1)Title:
Lot 2: Project Delivery Services requiring full design for projects of value above 2 000 000 GBP
Lot No: 2
II.2.2)Additional CPV code(s)
71200000
71220000
71221000
71241000
71242000
71248000
71250000
71300000
71312000
71313000
71313400
71315300
71319000
71320000
71321000
71324000
71500000
71510000
71530000
71541000
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
Under this lot service providers will primarily be providing initial and full design services, including architecture, engineering, surveying, CDM PD services. More information about the services included under this Lot can be found in the SoSR.
Subject to capacity it is envisaged that 6 service providers will be appointed to Lot 2.
A service provider which applies to be listed under Lot 2 can also apply to be listed under Lot 3.
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: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
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
II.2)Description
II.2.1)Title:
Lot 3: Project Delivery Services requiring a ‘design & build’ services for project of any value
Lot No: 3
II.2.2)Additional CPV code(s)
71200000
71220000
71221000
71241000
71242000
71248000
71250000
71300000
71312000
71313000
71313400
71315300
71319000
71320000
71321000
71324000
71500000
71510000
71530000
71541000
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
Under this lot service providers will primarily be providing project management, cost management and contract administration services (Employer's Agent) for Design & Build projects. More information about the services included under this Lot can be found in the SoSR. Subject to capacity it is envisaged that 3 service providers will be appointed to Lot 3. A service provider which applies to be listed under Lot 3 can also apply to be listed under Lot 2.
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: 48
This contract is subject to renewal: no
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:
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
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
II.2)Description
II.2.1)Title:
Lot 4: Cost Management services
Lot No: 4
II.2.2)Additional CPV code(s)
71200000
71220000
71221000
71241000
71242000
71248000
71250000
71300000
71312000
71313000
71313400
71315300
71319000
71320000
71321000
71324000
71500000
71510000
71530000
71541000
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
Under this Lot 4 the service provider will be providing Cost Management (Quantity Surveying) services including:
— Cost planning exercises;
— Cost benchmarking exercises;
— Project and programme procurement strategies (including OJEU procurements, construction works framework mini-completion and direct awards);
— VFM audits (cost, technical, forensic);
— QS services independent from Lots 1, 2 and 3 service providers.
More information about the services included under this Lot can be found in the SoSR.
A service provider which applies to be listed under Lot 4 can also apply to be listed under Lots 5 and 6.
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: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
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
II.2)Description
II.2.1)Title:
Lot 5: Programme Management services
Lot No: 5
II.2.2)Additional CPV code(s)
71200000
71220000
71221000
71241000
71242000
71248000
71250000
71300000
71312000
71313000
71313400
71315300
71319000
71320000
71321000
71324000
71500000
71510000
71530000
71541000
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
Under this Lot 5 the service provider will be providing programme management services including but not limited to:
— Complex programme implementation/development management;
— Project delivery strategies;
— Business case development;
— Complex project moves management;
— Project Management independent of Lots 1, 2 & 3 service providers.
More information about the services included under this Lot can be found in the SoSR.
A service provider which applies to be listed under Lot 5 can also apply to be listed under Lots 4 and 6.
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: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
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
II.2)Description
II.2.1)Title:
Lot 6: Building Control Services
Lot No: 6
II.2.2)Additional CPV code(s)
71200000
71220000
71221000
71241000
71242000
71248000
71250000
71300000
71312000
71313000
71313400
71315300
71319000
71320000
71321000
71324000
71500000
71510000
71530000
71541000
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
Under this Lot 6 the service provider will be providing Building Control Approved Inspector. More information about the services included under this Lot can be found in the SoSR.
A service provider which applies to be listed under Lot 6 can also apply to be listed under Lots 4 and 5.
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: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).
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
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:
Refer to procurement documents.
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 Authority reserves the right to require a consortium participating in this procurement process to be legally incorporated to enter into the Framework Agreement, if successful.
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
Envisaged maximum number of participants to the framework agreement: 16
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: yes
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: 02/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 05/06/2017
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders