Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
THH5073 Better Neighbourhoods Consultancy Services Framework Agreement.
Reference number: DN251795
II.1.2)Main CPV code
71315210
II.1.3)Type of contract
Services
II.1.4)Short description:
Services to include but not limited to:
— Lead designer, Employers agent
— Building surveying
— Mechanical & electrical design and surveying
— Quantity surveying
— Project & programme management
— Structural surveying
— Clerk of works
— Resident liaison
— Health and safety including CDM
— Contracts administration
— Architectural design
— Energy efficiency specialist works
— Party wall management
— Property valuations
— Surveys of leaseholder and private properties as required.
— Others as required
To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment and the like.
II.1.5)Estimated total value
Value excluding VAT: 7 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 — Major Works
Lot 2 — Minor Works.
II.2)Description
II.2.1)Title:
Better Neighbourhoods Consultancy Services — Major Works
Lot No: 1
II.2.2)Additional CPV code(s)
70300000
71200000
71312000
71314300
71315210
71317200
71324000
71530000
72224000
73220000
79415200
II.2.3)Place of performance
NUTS code: UKI4
Main site or place of performance:
Properties owned or managed by the London Borough of Tower Hamlets including those outside of theBorough.
II.2.4)Description of the procurement:
Multi-disciplinary consultancy services including but not limited to:
— Lead designer
— Employers agent
— Building surveying
— Mechanical and electrical design and surveying
— Quantity surveying
— Project and programme management
— Structural surveying
— Clerk of works
— Resident liaison
— Health and safety including CDM
— Contracts administration
— Architectural design
— Energy efficiency specialist works
— Party wall management
— Property valuations
— Surveys of leaseholder and private properties as required.
— Others as required
To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment; associated mechanical and electrical works; limited new build properties, extensions, conversions, block additions, and the like.. Major Works refer to works ordered under Lot 1 of the Works Framework.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
II.2.6)Estimated value
Value excluding VAT: 3 200 000.00 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 number of candidates: 8
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
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Work packages will be issued annually or as required and will be subject to specific performance requirements.
II.2)Description
II.2.1)Title:
Better Neighbourhoods Consultancy Services — Minor Works
Lot No: 2
II.2.2)Additional CPV code(s)
70300000
71200000
71312000
71314300
71315210
71317200
71324000
71530000
72224000
73220000
79415200
II.2.3)Place of performance
NUTS code: UKI4
Main site or place of performance:
Properties owned or managed by the London Borough of Tower Hamlets including those outside of the Borough.
II.2.4)Description of the procurement:
Multi-disciplinary consultancy services including but not limited to:
— Lead designer
— Employers agent
— Building surveying
— Mechanical & electrical design and surveying
— Quantity surveying
— Project and programme management
— Structural surveying
— Clerk of works
— Resident liaison
— Health and safety including CDM
— Contracts administration
— Architectural design
— Energy efficiency specialist works
— Party wall management
— Property valuations
— Surveys of leaseholder and private properties as required.
— Others as required
To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment; associated mechanical and electrical works; limited new build properties, extensions, conversions, block additions, and the like. Minor Works relate to Lots 2 to 5 of the Works Framework.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
II.2.6)Estimated value
Value excluding VAT: 3 800 000.00 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 number of candidates: 8
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
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Work packages will be issued annually or as required and will be subject to specific performance requirements.
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:
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:
III.2.2)Contract performance conditions:
A performance management process will operate.
In the event of a pre-determined mix of performance and service failures being realised, this will exclude the consultant from participating in the framework for a specific time period.
Repeat failures will result in permanent exclusion from the framework.
A performance bond is required.
A parent company guarantee will be required.
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
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: 13/11/2017
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
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, and the contract will be awarded on the basis of the most economically advantageous tender.
Please Note envisaged maximum number of participants to the framework agreement: is Between 6 and 12 depending on the award to more than one Lot.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, Chapter 6 of the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/10/2017