United Kingdom-Uxbridge: Architectural, construction, engineering and inspection services
2018/S 110-250876
Contract notice
Services
Section I: Contracting authority
Royal House, 2-4 Vine Street
Uxbridge
UB8 1QE
United Kingdom
Contact person: Tony Woods
Telephone: +44 11895274800
E-mail: MTZuaWhzKHFpaV5tOmZiXShhaXAob2U=
NUTS code: UKI
Internet address(es):
Main address: http://www.lhc.gov.uk
Address of the buyer profile: http://www.lhc.gov.uk/24
Section II: Object
Construction Consultancy Service — Southwest England
LHC is a central purchasing body providing procurement service to Contracting Authorities (Clients) throughout England, Scotland and Wales (on behalf of partners of the Scottish Procurement Alliance and the tenders are invited for the provision of Construction Consultancy Services for residential and non-residential building projects.
We invite tenders from Consultants that can provide the following individual services or all services as a combined service.
Architects, Structural Engineers, Civil engineers, Building Services Engineer, Quantity Surveying, Clerk of Works and Health and Safety Advisors.
Also, Tenderers submitting a combined offer must also offer the following services:
Project Management, Employers Agent, Contract Administrator and Principle Designer Duties.
If a tenderer proposes to offer 1 or more individual services (or combined), they also can offer 1 of the above, as an optional service Tenderers are only allowed to offer with individual or Combined services.
Individual consultancy services — Gloucestershire, Wiltshire and Bristol / Bath Area (NUTS Area UKK1)
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Gloucestershire, Wiltshire and Bristol / Bath Area.
The services to be delivered cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
Consultancy services will include the following primary consultancy services. Bidders may apply for each of the primary services on an individual basis. If a bidder is applying for a combined consultancy the shall offer all the primary and optional services (a to k):
a) Architect;
b) Structural Engineers;
c) Civil Engineer Services;
d) Building Services Engineer;
e) Quantity Surveying;
f) Clerk of Works services;
g) Health and Safety Advisors. Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services;
h) Project Management;
i) Employers Agent;
j) Contract administrator;
k) Principle Designer Duties.
Tenders may apply for individual consultancy services.
Partial coverage of lot will be allowed via selection of local government area.
Local government areas covered:
— Bristol City Council,
— Bath and North East Somerset,
— North Somerset Council,
— South Gloucestershire District Council,
— Gloucester City Council,
— Cotswold,
— Cheltenham Borough Council,
— Gloucester Council,
— Forest of Dean District Council,
— Tewkesbury Borough Council,
— Stroud District Council.
Individual consultancy services — Dorset and Somerset (NUTS area UKK2)
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Dorset and Somerset.
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
Consultancy services will include the following primary consultancy services. Bidders may apply for each of the primary services on an individual basis. If a bidder is applying for a combined consultancy the shall offer all the primary and optional services (a to k):
a) Architect;
b) Structural Engineers;
c) Civil Engineer Services;
d) Building Services Engineer;
e) Quantity Surveying;
f) Clerk of Works services;
g) Health and Safety Advisors. Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services;
h) Project Management;
i) Employers Agent;
j) Contract administrator;
k) Principle Designer Duties.
Tenders may apply for individual consultancy services.
Partial coverage of lot will be allowed via selection of local government area.
Local government areas covered:
— Bournemouth Borough Council,
— Poole District Council,
— Christchurch Borough Council,
— East Dorset District Council,
— Purbeck,
— North Dorset District Council,
— Weymouth and Portland Borough Council,
— West Dorset District Council,
— Sedgemoor,
— Mendip District council,
— South Somerset District Council,
— Taunton Deane Borough Council,
— West Somerset District Councils.
Individual consultancy services — Cornwall and Isles of Scilly (NUTS area UKK3)
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Cornwall and Isles of Scilly.
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
Consultancy services will include the following primary consultancy services. Bidders may apply for each of the primary services on an individual basis. If a bidder is applying for a combined consultancy the shall offer all the primary and optional services (a to k):
a) Architect;
b) Structural Engineers;
c) Civil Engineer Services;
d) Building Services Engineer;
e) Quantity Surveying;
f) Clerk of Works services;
g) Health and Safety Advisors. Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services;
h) Project Management;
i) Employers Agent;
j) Contract administrator;
k) Principle Designer Duties.
Tenders may apply for individual consultancy services.
Partial coverage of lot will be allowed via selection of local government area.
Local government areas covered:
— Cornwall Council TR postcode area,
— Cornwall Council PL postcode area,
— Cornwall Council EX postcode area.
Individual consultancy services — Devon (NUTS area UKK4)
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Devon.
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
Consultancy services will include the following primary consultancy services. Bidders may apply for each of the primary services on an individual basis. If a bidder is applying for a combined consultancy the shall offer all the primary and optional services (a to k):
a) Architect;
b) Structural Engineers;
c) Civil Engineer Services;
d) Building Services Engineer;
e) Quantity Surveying;
f) Clerk of Works services;
g) Health and Safety Advisors. Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services;
h) Project Management;
i) Employers Agent;
j) Contract administrator;
k) Principle Designer Duties.
Tenders may apply for individual consultancy services.
Partial coverage of lot will be allowed via selection of local government areas:
— Plymouth,
— Torbay Council,
— Exeter City Council,
— South Hams District Council,
— Teignbridge District Council,
— Mid Devon District Council,
— East Devon District Council,
— North Devon District Council,
— Torridge District Council,
— West Devon Borough Council.
Individual consultancy services — Southwest England (NUTS Area UKK)
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Southwest England.
The services to be delivered cover for the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
Combined consultancy the shall offer all the primary and optional services (a to k).
a) Architect;
b) Structural Engineers;
c) Civil Engineer Services;
d) Building Services Engineer;
e) Quantity Surveying;
f) Clerk of Works services;
g) Health and Safety Advisors. Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services;
h) Project Management;
i) Employers Agent;
j) Contract administrator;
k) Principle Designer Duties.
Bidders applying for Lot 5 cannot apply for Individual services in Lots 1 to 4.
Section III: Legal, economic, financial and technical information
LHC uses the following ratios to evaluate each bidder's and approved contractor's financial status:
— turnover required x2 project value as defined on Contract Notice (twice the typical value for x2 projects called-off this Framework).
For an SME or start-up bidders that cannot meet the lowest level of turn over, must provide evidence that they can obtain a performance bond or provide a parent company guarantee for projects over 40 000 GBP.
If tenders do not have a turnover generally of the level indicated within the Contract Notice they will fail the financial requirements. If a bidder fails the financial requirements they will be excluded from the tender and their bid will be rejected.
Profitability and Liquidity will only be assessed if the bidder passes the turnover requirements,
— profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit, then it passes this ratio, and
— liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than one, then it passes this ratio.
If a bidder fails the assessment for either Liquidity or Profitability the may fail the financial assessment, failure on both Profitability and Liquidity criteria will exclude the bidder from the tender.
LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organization of the bidder and also, where applicable, the Parent / Holding Company and its subsidiaries. If a bidder fails this detailed assessment they will fail the tender and their bid will be rejected.
For Individual Consultancy services bidders will be required to have a minimum general turnover of 80 000 GBP for these lots SME or start-ups that cannot meet the lowest level of turnover must provide evidence that they can obtain a performance bond or provide a parent company guarantee for projects over 40 000 GBP.
For Combined consultancy Services bidders will be required to have a minimum general turnover of 400 000 GBP.
Bidders shall demonstrate that they have procedures in place covering Quality.
Professional qualifications required to provided the various consultancy services are detailed in the Tender documents.
Bidders shall have a quality management system in place that meets the requirements of ISO9001.
Architects: It is a minimum requirement that an Architect is registered with the ARB as defined under The Architects Act 1997.
Section IV: Procedure
Section VI: Complementary information
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Welsh Procurement Alliance partners who include housing associations and councils, with whom and for whom this framework has been developed. Due to the reach and scale of LHC partners' portfolios, the framework aims to support the delivery of housing and community building throughout Wales. Consequently, whilst not specifically consulted in the development of this framework, other contracting authorities as defined by the Public Contracts Regulations 2015 and as described inwww.lhc.gov.uk/24 may also deem the framework to offer a value for money procurement solution for their requirements, and may also use the Framework.
However, bidders should only consider the opportunity presented by current and future members of the LHC when preparing and submitting their bids.
Community benefits are included in this requirement. For more information see Schedule 1 of the FAC1 agreement within the ITT.
Documentation is available from the e-tendring portal https://procontract.due-north.com
All submissions must be made through the portal.
Royal House, 2-4 Vine Street
UXbridge
UB8 1QE
United Kingdom
Telephone: +44 1895274800
E-mail: MThhZl5nOGRgWyZfZ24mbWM=
Internet address: http://lhc.gov.uk