loading
  • GB-NN1 1ED Northampton
  • 01.09.2017
  • Ausschreibung
  • (ID 2-273854)

Northamptonshire County Council — Managing Agent Strategic Joint Venture.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.09.2017, 12:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Freianlagen / Studien, Gutachten / Objektplanung Gebäude / Bauleitung, Objektüberwachung / Objektplanung Verkehrsanlagen / Projektsteuerung / Energieplanung/ -beratung / Technische Ausrüstung / Kostenmanagement / Vermessung / Stadt-/ Gebietsplanung / Dokumentation / Umweltverträglichkeitsstudie / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    NCC propose to establish a Managing Agent Strategic Joint Venture (MA SJV) with a private sector partner (PSP) to provide strategic advice and services in respect of NCC Place Directorate Services covering assets and associated services. The Managing Agent will drive efficiencies across existing works and services and new works and services to support NCC in meeting and exceeding Council objectives and financial targets. The private sector partner should bring resources, financing and innovative ideas to maximise revenue savings (and income generation) plus capital efficiencies from NCC's diverse portfolio of assets. The Managing Agent will provide Strategic activities (business cases, feasibility studies, innovation in asset use), Delivery Management activities (procurement, project management, commercial management of capital works and other project/contracts) with Integrator (supply-chain management) and Operator activities (managing Directorate responsibilities).
    Leistungsumfang
    Services provided by the MA SJV will be:
    1 Strategic Services — providing consultancy services to support (i) NCC in delivering efficiencies, rationalisation and transformation of estate assets, place and infrastructure objectives and (ii) NCC to achieve efficiencies rationalisation and transformation in Operator Services functions and responsibilities conferred on the MA SJV. This involves reviewing estate assets and services, advising on existing & future PFI contract and other contract management and strategy, feasibility studies, service design, market analysis, soft-market testing, utilisation assessments, programme planning, master-planning and related design services & proposing business cases for new projects or services to be procured through Delivery Management Services.
    2. Delivery Management Services — includes raising finance and investment, preparing and conducting procurement exercises on behalf of NCC in respect of capital works including through PFI and other types of capital works contracts and services contracts in relation to estates, place and infrastructure objectives and (ii) NCC to support Operator Services functions outcomes. These services will also include project and contract management of capital works and other project and service contract to achieve business case outcomes and contracted standards in a timely, cost-effective and safe manner. It will cover NCC’s existing capital programme on appointment and future capital projects and other projects and services contracts delivered pursuant to the MA SJV’s business cases.
    3. Integrator Services involves providing best in class contract management of services for a range of existing Directorate supply-chain contracts. Integrator Services also involves contract management services in respect of future asset, place and infrastructure contracts for NCC and also future contracts source to support NCC Operator Services function outcomes. This may involve the contract management of NCC's future Waste Management & Highways Maintenance contracts. Integrator Services can be in respect of contracts held by NCC, or held by the MA SJV on their behalf as a contract and project management hub serving those authorities.
    NCC's existing PFI, Waste Management & Highway Maintenance contracts will not be transferred to the MA SJV as part of Integrator Services but NCC may commission ad hoc consultancy services support as appropriate in relation to these contracts as part of Strategic Services (or possibly Integrator Services)."
    4. Operator Services involves responsibilities and management of NCC's Place Services functions conferred on the MA SJV. These functions include the following current In-House Place Directorates: Physical Assets including Corporate Asset Management & Exploitation and Capital Programme Management; PFI Management including Street Lighting, Schools and Shaw Health; Economy including Economic & Commercial Development and Infrastructure & Delivery; Environmental including strategic land-use; Planning/Minerals and Waste Planning; Environmental & Carbon Management; Flood & Water Management; Highways & Transport including all Highways and Transport Infrastructure Services; Waste Management including Disposal & Treatment of Waste and HWRCs; Culture & Heritage including Archives & Heritage and Heritage Gateway.
    The scope of services is for a managing agent i.e. service providers and does not include the direct provision of Capital works or services contracts approved through MA SJV's business cases. Such works and services will be procured by the MA SJV (in observing EU procurement rules) on behalf of NCC and in certain defined circumstances Group companies and affiliates of the successful bidder/shareholders in the MA SJV may bid for such works in secondary procurements subject to satisfying conflict of interest requirements and Regulation 24. The MA SJV will not procure or contract manage its own group companies.
    Adresse des Bauherren UK-NN1 1ED Northampton
    TED Dokumenten-Nr. 302016-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Northampton: Infrastructure works consultancy services

      2017/S 146-302016

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      LGSS Procurement on behalf of Northamptonshire County Council
      One Angel Square
      Northampton
      NN1 1ED
      United Kingdom
      Contact person: Mr Jon Collyns
      Telephone: +44 1223715353
      E-mail: MTVlamkpXmpnZ3RpbjteXGhdbWRfYmBuY2RtYClianEpcGY=
      NUTS code: UKF2

      Internet address(es):

      Main address: http://www.lgssprocurementportal.co.uk

      Address of the buyer profile: http://www.lgssprocurementportal.co.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=6af45047-8edd-e611-80da-005056b64545
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=6af45047-8edd-e611-80da-005056b64545
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Northamptonshire County Council — Managing Agent Strategic Joint Venture.

       

      Reference number: DN232969
      II.1.2)Main CPV code
      71311300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      NCC propose to establish a Managing Agent Strategic Joint Venture (MA SJV) with a private sector partner (PSP) to provide strategic advice and services in respect of NCC Place Directorate Services covering assets and associated services. The Managing Agent will drive efficiencies across existing works and services and new works and services to support NCC in meeting and exceeding Council objectives and financial targets. The private sector partner should bring resources, financing and innovative ideas to maximise revenue savings (and income generation) plus capital efficiencies from NCC's diverse portfolio of assets. The Managing Agent will provide Strategic activities (business cases, feasibility studies, innovation in asset use), Delivery Management activities (procurement, project management, commercial management of capital works and other project/contracts) with Integrator (supply-chain management) and Operator activities (managing Directorate responsibilities).

       

      II.1.5)Estimated total value
      Value excluding VAT: 750 000 000.00 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)
      63712700
      63712710
      70110000
      70332100
      70332200
      71222000
      71241000
      71242000
      71247000
      71311200
      71311210
      71314200
      71314300
      71315210
      71315300
      71315400
      71324000
      71351914
      71354100
      71410000
      71510000
      75112000
      79311400
      79311410
      79312000
      79313000
      79314000
      79330000
      79342300
      79342310
      79342311
      79418000
      79419000
      79420000
      79994000
      79996000
      90500000
      90711000
      90712100
      90712400
      90713000
      90714000
      90715000
      92500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Services provided by the MA SJV will be:

      1 Strategic Services — providing consultancy services to support (i) NCC in delivering efficiencies, rationalisation and transformation of estate assets, place and infrastructure objectives and (ii) NCC to achieve efficiencies rationalisation and transformation in Operator Services functions and responsibilities conferred on the MA SJV. This involves reviewing estate assets and services, advising on existing & future PFI contract and other contract management and strategy, feasibility studies, service design, market analysis, soft-market testing, utilisation assessments, programme planning, master-planning and related design services & proposing business cases for new projects or services to be procured through Delivery Management Services.

      2. Delivery Management Services — includes raising finance and investment, preparing and conducting procurement exercises on behalf of NCC in respect of capital works including through PFI and other types of capital works contracts and services contracts in relation to estates, place and infrastructure objectives and (ii) NCC to support Operator Services functions outcomes. These services will also include project and contract management of capital works and other project and service contract to achieve business case outcomes and contracted standards in a timely, cost-effective and safe manner. It will cover NCC’s existing capital programme on appointment and future capital projects and other projects and services contracts delivered pursuant to the MA SJV’s business cases.

      3. Integrator Services involves providing best in class contract management of services for a range of existing Directorate supply-chain contracts. Integrator Services also involves contract management services in respect of future asset, place and infrastructure contracts for NCC and also future contracts source to support NCC Operator Services function outcomes. This may involve the contract management of NCC's future Waste Management & Highways Maintenance contracts. Integrator Services can be in respect of contracts held by NCC, or held by the MA SJV on their behalf as a contract and project management hub serving those authorities.

      NCC's existing PFI, Waste Management & Highway Maintenance contracts will not be transferred to the MA SJV as part of Integrator Services but NCC may commission ad hoc consultancy services support as appropriate in relation to these contracts as part of Strategic Services (or possibly Integrator Services)."

      4. Operator Services involves responsibilities and management of NCC's Place Services functions conferred on the MA SJV. These functions include the following current In-House Place Directorates: Physical Assets including Corporate Asset Management & Exploitation and Capital Programme Management; PFI Management including Street Lighting, Schools and Shaw Health; Economy including Economic & Commercial Development and Infrastructure & Delivery; Environmental including strategic land-use; Planning/Minerals and Waste Planning; Environmental & Carbon Management; Flood & Water Management; Highways & Transport including all Highways and Transport Infrastructure Services; Waste Management including Disposal & Treatment of Waste and HWRCs; Culture & Heritage including Archives & Heritage and Heritage Gateway.

      The scope of services is for a managing agent i.e. service providers and does not include the direct provision of Capital works or services contracts approved through MA SJV's business cases. Such works and services will be procured by the MA SJV (in observing EU procurement rules) on behalf of NCC and in certain defined circumstances Group companies and affiliates of the successful bidder/shareholders in the MA SJV may bid for such works in secondary procurements subject to satisfying conflict of interest requirements and Regulation 24. The MA SJV will not procure or contract manage its own group companies.

       

      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: 750 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 180
      This contract is subject to renewal: yes
      Description of renewals:

       

      The contract term is initially 10 (ten) years but may extend to a total of 15 (fifteen) years. After year 10, the contract is renewable for up to five (5) years in annual or other increments by the Authority giving the MA SJV notice in writing six (6) months before the expiry of the initial term or an extension period if such extension period is less than five (5) years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The contract term is initially 10 (ten) years but may extend to a total of 15 (fifteen) years. After year 10, the contract is renewable for up to five (5) years in annual or other increments by the Authority giving the MA SJV notice in writing six (6) months before the expiry of the initial term or an extension period if such extension period is less than five (5) years.

       

      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:

       

      The Partner may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      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
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      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
      Notice number in the OJ S: 2017/S 074-142152
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 01/09/2017
      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

      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:

       

      NCC is managing and conducting the procurement procedure on behalf of itself and the contracting authorities named on this OJEU Contract Notice.

      The following bodies (Partnering Authorities) may access Strategic Services, Delivery Management Services and Integrator Services in relation to their estate assets, place and infrastructure objectives through the MA SJV subject to mutual acceptance of the Partnership Agreement concurrently with the Services Agreement:

      Buckinghamshire County Council.

      Central Bedfordshire Council.

      Cambridgeshire County Council.

      Milton Keynes Council.

      South Northamptonshire District Council (& Cherwell).

      Northampton Borough Council.

      Daventry District Council.

      East Northamptonshire District Council.

      Northamptonshire Police.

      University of Northampton.

      Nene Clinical Commissioning Group.

      Corby Clinical Commissioning Group.

      Northampton General Hospital NHS Trust.

      Kettering General Hospital.

      Northamptonshire Healthcare NHS Foundation Trust.

      The estimated total value in II.1.5 and II.2.6 represents the potential total demand of NCC and the Partnering Authorities over the maximum 15 year term. However, there is no exclusivity being granted in respect of these bodies using MA SJV services and values will depend on many commercial factors including uptake of services, schemes approved and the performance of the PSP. The estimated value of NCC's requirements within this arrangement is anticipated to be approximately 450 000 000 GBP.

      The potential return to the PSP from delivering developed assets and providing services will depend on many commercial factors including (but not limited to) the number of schemes and services approved to be managed by the MA SJV, the performance of the PSP, market conditions, and the arrangements for financing activities and sharing returns agreed in establishing the MA SJV. Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity of the scheme as a whole.

      The scope of the MA SJV opportunity includes providing Strategic Services, Delivery Management Services Integrator Services and Operator Services described in this notice but it does not include the direct provision of and performance of capital works or services approved in businesses cases through the MA SJV.

      These will be procured by the MA SJV on behalf of NCC or the Partner Authorities listed in this notice in compliance with EU procurement rules.

      As stated in Section II.2.4 above, group company subsidiaries or affiliates of the MA SJV or its shareholders may bid for delivery of such works in defined circumstances identified in the Services Agreement. MA SJV will also procure its own supply chain to provide the services to NCC and Partner Authorities.

      Requests to Participate must be by way of completion and return of the Standard Selection Questionnaire (SQ) in accordance with the SQ Guidance and at the date and time specified in Section IV.2.2. above.

      Further details about the scope and basis of this opportunity are set out in Volume II, Descriptive Document available as part of the procurement documents.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Royal Courts of Justice
      The Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended) (PCR 2015).

      Following any decision to award a contract the authority will provide debriefing information to unsuccessful bidders (in accordance with Regulation 86 of PCR 2015) and observe a minimum 10 day standstill period (in accordance with Regulation 87 PCR 2015) before the contract is entered into.

      Bidders should note that the authority reserves the right to vary, amend and update aspects of the procurement documents (without material alteration of its intent and content) and final details and versions will be confirmed to successful bidders who are selected pursuant to the SQ to participate in the further ISOS, ISDS and ISFT tender and dialogue stages.

      The authority reserves the right not to award the opportunity or to award only part of the opportunity described in this contract notice.

      LGSS Procurement Portal is available here: https://procontract.due-north.com/Opportunities/

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      31/07/2017
    © 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 02.08.2017
Zuletzt aktualisiert 02.08.2017
Wettbewerbs-ID 2-273854 Status Kostenpflichtig
Seitenaufrufe 40