Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
2017 — 521 Development Consultancy Services Framework.
Reference number: 2017 - 521
II.1.2)Main CPV code
71315200
II.1.3)Type of contract
Services
II.1.4)Short description:
WM Housing Group is seeking to appoint multiple service providers to work with us to provide our required Development Consultancy services split across 5 lots. The Framework duration will be 4 years with the possibility in accordance with the terms of the Framework Agreement for call off contracts to extend beyond the initial term for a maximum of 2 years.
The geographical are covered by this Contract Notice is detailed in the Portrait of the West Midlands — Office for National Statistics. The link is provided in the ITT Document.
II.1.5)Estimated total value
Value excluding VAT: 75 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots only
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
WMHG reserve the right to combine any of the lots in any combination it deems suitable.
II.2)Description
II.2.2)Additional CPV code(s)
71315400
II.2.3)Place of performance
NUTS code: UKG
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT 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: 1 000 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
WMHG requirements will be set out in the ITT Documents.
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.2.2)Additional CPV code(s)
71300000
71310000
II.2.3)Place of performance
NUTS code: UKG
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT 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: 1 125 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
WMHG requirements will be set out in the ITT Documents.
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.2.2)Additional CPV code(s)
71315200
II.2.3)Place of performance
NUTS code: UKG
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT 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: 1 300 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
WMHG requirements will be set out in the ITT Documents.
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.2.2)Additional CPV code(s)
71000000
II.2.3)Place of performance
NUTS code: UKG
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT 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: 1 125 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
WMHG requirements will be set out in the ITT Documents.
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.2.2)Additional CPV code(s)
71220000
71320000
II.2.3)Place of performance
NUTS code: UKG
Main site or place of performance:
WMHG requirements will be set out in the ITT Documents.
II.2.4)Description of the procurement:
WMHG requirements will be set out in the ITT 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: 500 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
WMHG requirements will be set out in the ITT Documents.
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:
WMHG requirements will be set out in the ITT 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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
WMHG requirements will be set out in the ITT Documents.
III.2.2)Contract performance conditions:
WMHG requirements will be set out in the ITT Documents.
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
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: 40
In the case of framework agreements, provide justification for any duration exceeding 4 years: Framework call off may exceed 4 years.
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: 01/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 20/10/2017
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: 3 (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
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Our aim is to deliver new homes each year for households who are unable to afford to buy or rent a home on the open market.
This Development Consultancy Services Framework will be available to Authorised Users as detailed in the Framework Agreement.
A Contractor Works Framework Tender to appoint multiple Development Contractors required to meet our development and construction targets is running along side this Consultancy Services Framework Tender.
WM Housing Group reserves the right to change, vary, suspend, cancel or extend the timetable applicable to the ITT exercise or any stage of it for any reason and at any time and if it does so shall not be liable for any costs and expenses incurred by the Tenderer in consequence.
VI.4)Procedures for review
VI.4.1)Review body
High Court of Justice
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
WM Housing Group will incorporate a minimum ten day calendar standstill period at the point information on the award of the Framework is communicated to tenderers. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Generally any such action must be brought within 30 days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the Framework Agreement has not been entered into, the Court may order the setting aside of the award decision or order WM Housing Group to amend any document and may award damages. If the Framework Agreement has been entered into the Court may only award damages or may in certain circumstances declare the Framework award to be ineffective.
VI.4.4)Service from which information about the review procedure may be obtained
High Court of Justice
The Strand
Birmingham
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
11/08/2017