loading
  • GB-UB8 1QE Uxbridge
  • 01.08.2018
  • Ausschreibung
  • (ID 2-304979)

Construction Consultancy Service — Southwest England


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.08.2018, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Kostenmanagement / allgemeine Beratungsleistungen
    Sprache Englisch
    Baukosten 70.000.000 GBP zzgl. USt.
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-UB8 1QE Uxbridge
    TED Dokumenten-Nr. 250876-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Uxbridge: Architectural, construction, engineering and inspection services

      2018/S 110-250876

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      LHC
      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

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: Public Sector Framework Tendering Organisation

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Construction Consultancy Service — Southwest England

      Reference number: H1WS1SWE
      II.1.2)Main CPV code
      71000000 - DA03
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      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.

      II.1.5)Estimated total value
      Value excluding VAT: 70 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 4
      Maximum number of lots that may be awarded to one tenderer: 4
      II.2)Description
      II.2.1)Title:

      Individual consultancy services — Gloucestershire, Wiltshire and Bristol / Bath Area (NUTS Area UKK1)

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71324000 - DA03
      II.2.3)Place of performance
      NUTS code: UKK1
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Gloucestershire, Wiltshire and Bristol / Bath Area.

      II.2.4)Description of the procurement:

      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.

      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:

      Individual consultancy services — Dorset and Somerset (NUTS area UKK2)

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71324000 - DA03
      II.2.3)Place of performance
      NUTS code: UKK2
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Dorset and Somerset.

      II.2.4)Description of the procurement:

      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.

      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:

      Individual consultancy services — Cornwall and Isles of Scilly (NUTS area UKK3)

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71324000 - DA03
      II.2.3)Place of performance
      NUTS code: UKK3
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Cornwall and Isles of Scilly.

      II.2.4)Description of the procurement:

      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.

      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:

      Individual consultancy services — Devon (NUTS area UKK4)

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71324000 - DA03
      II.2.3)Place of performance
      NUTS code: UKK4
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Devon.

      II.2.4)Description of the procurement:

      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.

      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:

      Individual consultancy services — Southwest England (NUTS Area UKK)

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71000000
      II.2.3)Place of performance
      NUTS code: UKK
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Southwest England.

      II.2.4)Description of the procurement:

      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.

      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
      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      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.

      Minimum level(s) of standards possibly required:

      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.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      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.

      Minimum level(s) of standards possibly required:

      Bidders shall have a quality management system in place that meets the requirements of ISO9001.

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

      Architects: It is a minimum requirement that an Architect is registered with the ARB as defined under The Architects Act 1997.

      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
      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: 60
      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: 01/08/2018
      Local time: 17:00
      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: 02/08/2018
      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:

      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.

      VI.4)Procedures for review
      VI.4.1)Review body
      LHC
      Royal House, 2-4 Vine Street
      UXbridge
      UB8 1QE
      United Kingdom
      Telephone: +44 1895274800
      E-mail: MThhZl5nOGRgWyZfZ24mbWM=

      Internet address: http://lhc.gov.uk

      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:
      11/06/2018
    © 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 12.06.2018
Zuletzt aktualisiert 12.06.2018
Wettbewerbs-ID 2-304979 Status Kostenpflichtig
Seitenaufrufe 34