Directive 2014/24/EU
Section I: Contracting authority
I.2)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
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:
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:
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.4.2)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