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
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Programme Management Consultancy Services
Reference number: NLWA00000006
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
North London Waste Authority is seeking to appoint a suitably qualified project programme manager who will perform a key role in managing the programme of works contained in the North London Heat and Power Project (NLHPP). The role will include acting as Lead Consultant for the NLHPP, and is expected to evolve over time, and to include:
— schedule, budget, invoicing and risk management,
— onsite management and liaison with the Authority’s technical advisers with regard to completion of each element of the works,
— responsibility on a project wide basis for health and safety, including liaison with contractors on health and safety issues relating to the site,
— direct contract management on the basis set by the Authority from time to time, and
— reporting to the Authority as required.
Please refer to the Scope at Schedule 1 of the ITT and the Minimum Requirements as set out in the scope.
II.1.5)Estimated total value
Value excluding VAT: 7 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
North London Waste Authority is seeking to appoint a suitably qualified project programme manager who will perform a key role in managing the programme of works contained in the North London Heat and Power Project (NLHPP). The role will include acting as Lead Consultant for the NLHPP, and is expected to evolve over time, and to include:
— schedule, budget, invoicing and risk management,
— onsite management and liaison with the Authority’s technical advisers with regard to completion of each element of the works; - responsibility on a project wide basis for health and safety, including liaison with contractors on health and safety issues relating to the site,
— direct contract management on the basis set by the Authority from time to time; and
— reporting to the Authority as required. Details of the key requirements and the Minimum Requirements are set out in the Scope of services included at Schedule 1 of the ITT available at in-tendhost.co.uk/nlwa
The Contract is anticipated to commence on 1.8.2018 and (subject to earlier termination or extension in accordance with the terms of the Contract) will continue for a period of 10 (ten) years. The Authority may, at its discretion, give notice before the expiry of the 10 (ten) year period to extend the Contract on the same terms and conditions for a further period of 5 (five) years by a maximum of five (5) extensions of up to 12 months each.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 7 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/08/2018
End: 31/07/2028
This contract is subject to renewal: yes
Description of renewals:
The Authority may, at its discretion, give notice before the expiry of the 10 (ten) year period to extend the Contract on the same terms and conditions for a further period of 5 (five) years by a maximum of 5 (five) extensions of up to 12 months each.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The Authority intends to invite a maximum of five (5) Candidates to the tender stage. The five (5) Candidates with the highest total weighted score and who have passed all parts of the selection questionnaire evaluation will be invited by the Authority to submit an initial tender. Please refer to Appendix 1 (Selection Questionnaire Evaluation) of the Selection Questionnaire (SQ) for the evaluation criteria. In the event of a tie between two or more Candidates for fifth place, the Authority will take through the Candidate scoring the highest for Question 6 of the SQ.
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
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:
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
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 08/03/2018
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 23/03/2018
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
VI.3)Additional information:
Tenderers should note that the Authority intends to publish details of any contract awarded in accordance with the UK Government transparency policy, subject to possible redactions at the discretion of the Authority. The Authority reserves the right not to award the Contract as a result of the procurement process commenced by the publication of this notice; and to make changes it deems fit to the content and structure of the competition whilst ensuring compliance with the Public Contracts Regulations 2015 (SI 2015/102) and the EU Directives; and in no circumstance will the Authority be liable for any costs incurred by Tenderers. For the avoidance of doubt, nothing in this notice, the procurement documents or in an acceptance of a Tender by the Authority shall be construed as an agreement by the Authority to enter into the Contract with the successful Tenderer. Details of the conduct of the procurement process and conditions relating to submission of the Selection Questionnaire, Initial Tenders, Final Tenders (if applicable), and award of the Contract (including terms and conditions of the Contract) are set out in the procurement documents which are available at in-tendhost.co.uk/nlwa
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
06/02/2018