Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Housing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Consultant Construction Services Framework.
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
Red Kite is seeking to establish a Framework for the provision of Architectural, Principal Designer, Cost Management (Quantity Surveyor) and Employer's Agent services. Red Kite wishes to appoint a panel of multi-disciplinary and specialist consultants. The term of the Framework will be 48 months. Red Kite is proposing to appoint 6 service providers for each of the 4 individual Lots. The services are required for the completion and delivery of a diverse range of housing development projects.
II.1.5)Estimated total value
Value excluding VAT: 4 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 4
II.2)Description
II.2.2)Additional CPV code(s)
71200000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKJ13
Main site or place of performance:
High Wycombe and surrounding areas.
II.2.4)Description of the procurement:
Under this lot, consultants will be required to provide Architect Services. It is envisaged that up to 6 consultants will be appointed to Lot 1.
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.2.10)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:
Principal Designer Services
Lot No: 2
II.2.2)Additional CPV code(s)
71317210
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
High Wycombe and surrounding areas.
II.2.4)Description of the procurement:
Under this lot consultants will be required to provide Principal Designer Services. It is envisaged that up to 6 consultants will be appointed to 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.2.10)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:
Employer's Agent Services
Lot No: 3
II.2.2)Additional CPV code(s)
72224000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKJ13
Main site or place of performance:
High Wycombe and surrounding areas.
II.2.4)Description of the procurement:
Under this lot, consultants will be required to provide Employer's Agent Services. It is envisaged that up to 6 consultants will be appointed to 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.2.10)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:
Quantity Surveyor (cost consultancy) Services
Lot No: 4
II.2.2)Additional CPV code(s)
72224000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
High Wycombe and surrounding areas.
II.2.4)Description of the procurement:
Under this lot, consultants will be required to provide QS or Cost Consultancy Services. It is envisaged that up to 6 consultants will be appointed to Lot 4.
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.2.10)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:
As stated in the 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:
As stated in the procurement documents.
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
Open 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: 24
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: 08/12/2017
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: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/12/2017
Local time: 12:00
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:
Red Kite proposes to call off from the Framework Agreement primarily using mini-competitions but with the option to use direct awards where appropriate and subject to specific conditions. Please see the Framework Agreement where the call off procedure is set out.
Red Kite reserves the right to:
a. amend, add to or withdraw all, or any part of this procurement and the right to terminate this procurement process at any time; and
b. not enter into any agreement for some, or all of the services for which the tenderers are invited to tender.
Red Kite shall not be responsible for the costs of any tenderer in any circumstances.
Red Kite is publishing this notice on behalf of itself and its subsidiaries from time to time who shall be able to call off from the Framework Agreement.
VI.4)Procedures for review
VI.4.1)Review body
The 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:
Red Kite will incorporate a standstill period of 10 days from the point at which information on the award of the Framework Agreement is communicated to tenderers. The Public Contracts Regulations 2015 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the regulations to take action in the High Court.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
17/11/2017