loading
  • GB-CM16 4BZ Epping
  • 26.02.2018
  • Ausschreibung
  • (ID 2-290486)

EFDC Council House Building Programme — Consultant Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.02.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Thermische Bauphysik / Technische Ausrüstung / Kostenmanagement / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The Authority is seeking to procure 2 “Single Provider Frameworks" comprising a multi-disciplinary design team (MDDT) (Lot 1) & Employer’s Agent & Cost Consultant (Lot 2) to support the delivery of the Authority’s “Council House Building Programme” (CHBP). Consultants will be expected to work as part of an integrated project team to deliver the programme. The estimated construction value over the duration of the framework is GBP 20 000 000 and the value of services GBP 3 000 000. However, this may increase if other authorities access the Framework. This is reflected at II.1.5.
    Leistungsumfang
    The Authority is seeking an Employer’s Agent/Cost Consultant (EA/CC) on each project called-off under the framework. The EA/CC will provide full Employer’s Agent and Cost Consultancy Services for all RIBA Plan of Work Stages 0-7. Projects will be procured under JCT Design & Build Contract 2016 using either a single or two stage design and build approach.
    Adresse des Bauherren UK-CM16 4BZ Epping
    TED Dokumenten-Nr. 34875-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Epping: Construction consultancy services

      2018/S 017-034875

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Epping Forest District Council
      Civc Centre, High Street
      Epping
      CM16 4BZ
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MjE3XVRYWx1jV15TaC9SUFxUYV5dYh1kWh1SXlw=
      NUTS code: UKH3

      Internet address(es):

      Main address: http://www.eppingforestdc.gov.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Epping:-Construction-consultancy-services./9496UVW7KA
      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
      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:

       

      EFDC Council House Building Programme — Consultant Framework

       

      Reference number: 10237-1
      II.1.2)Main CPV code
      71530000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Authority is seeking to procure 2 “Single Provider Frameworks" comprising a multi-disciplinary design team (MDDT) (Lot 1) & Employer’s Agent & Cost Consultant (Lot 2) to support the delivery of the Authority’s “Council House Building Programme” (CHBP). Consultants will be expected to work as part of an integrated project team to deliver the programme. The estimated construction value over the duration of the framework is GBP 20 000 000 and the value of services GBP 3 000 000. However, this may increase if other authorities access the Framework. This is reflected at II.1.5.

       

      II.1.5)Estimated total value
      Value excluding VAT: 5 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for one lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Tenderers may apply for one lot only. This rule also applies to organisations with subsidiary companies, insofar as, only one company within a group of companies may bid for one lot only.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 1: Multi-Disciplinary Design Team

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71530000
      71000000
      71200000
      71220000
      71240000
      71250000
      71251000
      71300000
      71310000
      71311000
      71312000
      71322000
      71314310
      71320000
      71321000
      71333000
      71334000
      II.2.3)Place of performance
      NUTS code: UKH3
      Main site or place of performance:

       

      Essex.

       

      II.2.4)Description of the procurement:

       

      The Authority is seeking a Multi-Disciplinary Design Team (MDDT) that will fulfil the role of Lead Consultant/Principal Designer on each project called-off under the framework. The Authority reserves the right to adopt either single stage or 2 stage tendering with a further option for novation of the design team to the Contractor. In the case of single stage, the MDDT will provide design services up to the end of RIBA Plan of Work Stage 3 – Outline Design and for two stage, up to the end of RIBA Plan of Work Stage 4 — Technical Design.

       

      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: 3 000 000.00 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.2.10)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:

       

      Lot 2: Employer's Agent/Cost Consultant

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71530000
      71541000
      71324000
      71521000
      II.2.3)Place of performance
      NUTS code: UKH3
      Main site or place of performance:

       

      Essex.

       

      II.2.4)Description of the procurement:

       

      The Authority is seeking an Employer’s Agent/Cost Consultant (EA/CC) on each project called-off under the framework. The EA/CC will provide full Employer’s Agent and Cost Consultancy Services for all RIBA Plan of Work Stages 0-7. Projects will be procured under JCT Design & Build Contract 2016 using either a single or two stage design and build approach.

       

      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: 2 000 000.00 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.2.10)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:

       

      Applicants will be required to complete a Supplier Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.

       

      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:

       

      Successful Tenderers will be required to meet the Authority's minimum requirements as set out 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 a single operator
      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: 26/02/2018
      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
      Date: 26/02/2018
      Local time: 12:00
      Place:

       

      Epping Forest District Council.

       

      Information about authorised persons and opening procedure:

       

      Cameron Consulting, as agents for the Authority will log all tender returns. The Authority has full undisclosed access to the electronic tender portal for audit purposes.

       

      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 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. The Authority considers that these contracts 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.

      Applicants should note that the estimated value of the framework as set out in this notice is based on the Authority’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement. The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the framework agreement. The Authority will not, under any circumstance, reimburse any expense incurred by Applicants or any third parties in preparing their SQ or tender submissions.

      The framework agreement will be open to use by the following organisations:

      — Epping Forest District Council,

      — Any Social Housing Provider operating in UK Regions: London, East and South East. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with Homes England (or its successor body)), local authorities and Arms Length Management Organisations. A list of current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Construction-consultancy-services./9496UVW7KA

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/9496UVW7KA

      GO Reference: GO-2018122-PRO-11772796.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Epping Forest District Council
      Civic Offices, High Street
      Epping
      CM16 4BZ
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MTZuX2heX2xtOl1bZ19saWgnXWlobW9mbmNoYShdaShvZQ==

      Internet address:http://www.eppingforestdc.gov.uk/

      VI.4.2)Body responsible for mediation procedures
      Centre for Effective Dispute Resolution (CEDR)
      70 Fleet Street
      London
      EC4Y 1EU
      United Kingdom
      Telephone: +44 2075366000
      E-mail: MjEwX2RcZTZZW1poJFllYw==

      Internet address:www.cedr.com

      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar days standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      Telephone: +44 2072761234

      Internet address:www.cabinetoffice.gov.uk

      VI.5)Date of dispatch of this notice:
      22/01/2018
    © 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 25.01.2018
Zuletzt aktualisiert 25.01.2018
Wettbewerbs-ID 2-290486 Status Kostenpflichtig
Seitenaufrufe 58