Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
www.londontenders.org
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Housing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi — Disciplinary Professional Services.
Reference number: DN276057
II.1.2)Main CPV code
71000000 - AA01
II.1.3)Type of contract
Services
II.1.4)Short description:
‘Homes for Haringey (“HfH”) is an Arms Length Management Organisation (ALMO), set up in April 2006 to manage the London Borough of Haringey's council housing. While the London Borough of Haringey (the “Council”) owns the homes and takes overall responsibility for housing policy and strategy, HfH is responsible for the day-to-day management of council homes.
HfH is therefore procuring and will administer this contract on behalf of the Council. Under the current governance arrangements, any contract arising from this procurement will be awarded by and in the name of the Council. Under the terms of the contract the Council will have the right to novate the contract to HfH during the course of the contract term.
The London Borough of Waltham Forest is administering this procurement process on behalf of HfH.’.
II.1.5)Estimated total value
Value excluding VAT: 30 000 000.00 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)
II.2.3)Place of performance
NUTS code: UKI1
II.2.4)Description of the procurement:
Homes of Haringey seeks to procure for a multi-disciplinary consultancy services to manage the Landlord and Estates Works programme.
The appointed consultant(s) will be required to receive details of anticipated projects (for external and common parts works) on an estate/area basis from HFH; then to provide all necessary disciplines within an experienced and appropriately sized team to validate the client's programmed works assumptions (including pre-works surveys); to design the works and any improvements (that are identified following a joint consultative process) in order to produce a ‘joined-up package’ that addresses all need to remove further planned works for a period of 6 to 7 years; to procure the works in projects using traditional lump sum contracts; to oversee the works and administer the contracts through to the end of defects liability period.
Following identification of a project by HFH, the Consultant shall then provide services across a number of disciplines, reflective of the anticipated works that may be undertaken.
HFH anticipate that the following core services will be required from the Consultant:
— Project Management;
— Architecture;
— Building Surveying (including Contract Administration);
— Cost Consultancy (including Mechanical and Electrical QS);
— Mechanical, Electrical and Lift Engineering Design and Specification Writing;
— CDM 2015 (advisory and Principal Designer);
— Civil and Structural Engineering;
— Party Wall Surveying
— Clerk of Works
note this procurement is being run through the London Tenders Portal e-tendering system. Suppliers who wish to express an interest will need to register on https://procontract.due-north.com where they will be able to access the SQ documents.
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: 30 000 000.00 GBP
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 duration of the Contract will be for 60 months, with the possibility of a further extension for up to 60 months, subject to agreement between the Authority and the successful Provider.
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
A providers economic and financial standing, as well as technical or professional ability will be taken into account. There are also grounds for mandatory exclusion where providers have to pass to progress with evaluation of their bids. Details of such information can be found in the SQ document.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Option to extend for 60 months.
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
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:
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
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: 20/07/2017
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
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
VI.3)Additional information:
The contracting authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the contract. Neither the Council nor HFH will, under any circumstances, reimburse any expense incurred by Applicants in preparing their SQ or tender submission.
VI.4)Procedures for review
VI.4.1)Review body
High Court of England and Wales
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
19/06/2017