Brent Housing Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | CONSULTANTS FRAMEWORK |
Notice type: | Contract Notice |
Authority: | Brent Housing Partnership Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The main Lot is for a range of surveying-related services in relation to both refurbishment and repair projects and for newbuild schemes. Lots 2 and 3 are for M&E consultants and Lift Consultants. |
Published: | 19/11/2013 09:52 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Brent Housing Partnership Ltd (BHP)
Brent Civic Centre, Engineers Way, Wembley, HA9 0FJ, United Kingdom
Tel. +44 2089372297, Email: contracts@bhphousing.co.uk
Electronic Access URL: http://www.delta-esourcing.com/respond/32EAUJS498
Electronic Submission URL: http://www.delta-esourcing.com/respond/32EAUJS498
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: CONSULTANTS FRAMEWORK
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKI - LONDON
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
II.1.5)Short description of the contract or purchase:
Architectural and building-surveying services. Building surveying services. Building services consultancy services. The main Lot is for a range of surveying-related services in relation to both refurbishment and repair projects and for newbuild schemes. Lots 2 and 3 are for M&E consultants and Lift Consultants.
II.1.6)Common Procurement Vocabulary:
71251000 - Architectural and building-surveying services.
71315300 - Building surveying services.
71315210 - Building services consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: SURVEYING CONSULTANTS
1)Short Description:
Surveying-related consultancy services across a number of general disciplines and specialist services for refurbishment and repair projects and for new build projects. Some architecture-related services may be required.
2)Common Procurement Vocabulary:
71251000 - Architectural and building-surveying services.
71315300 - Building surveying services.
3)Quantity Or Scope:
BHP have a capital programme of approx 20m per annum GBP and the Council around 5m per annum GBP. One or more consultants on this Lot may be used to manage some or all of this work or may be used to provide specific services.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
4 consultants will be appointed
Lot No: 2
Title: M&E CONSULTANTS
1)Short Description:
Consultancy services for M&E projects
2)Common Procurement Vocabulary:
71315210 - Building services consultancy services.
3)Quantity Or Scope:
Call offs from this Lot could be made for projects with fees of up to 50,000 per annum GBP.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
1 consultant will be appointed
Lot No: 3
Title: LIFT CONSULTANTS
1)Short Description:
Lift consultants/engineers for surveying lifts, specifying and possibly tendering lift renewals /refurbishments
2)Common Procurement Vocabulary:
71315210 - Building services consultancy services.
3)Quantity Or Scope:
It is anticipated that projects with fees of up to 50,000 GBP per annum could be called off this Lot
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
1 consultant will be appointed
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Will be stated in the contract documents
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will be stated in the contract documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Interested consultants are required to complete a Pre-Qualification Questionnaire which is consistent with Directive 2004/18/EC. The PQQ, together with the evaluation methodology are available as detailed in VI.3 and must be returned by the date in IV.3 through the Delta e-sourcing site.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ and associated documents
Minimum Level(s) of standards possibly required:
As set out in the PQQ and associated documents
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ and associated documents
Minimum Level(s) of standards possibly required:
As set out in the PQQ and associated documents
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
As detailed in the documents
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Objective Criteria for choosing the limited number of candidates:
Detailed in PQQ documents
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/12/2013
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 15/01/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
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, and the contract will be awarded on the basis of the most economically advantageous tender.
Brent Housing Partnership Ltd. (BHP) is an arms length management organisation owned by and managing the housing stock of Brent Council. We are planning to transform our estates through some new long term contracts for major works, responsive repairs and newbuild which will involve community asset planning and long term investment so that whole estates are considered and residents involved from the start. We are seeking consultants who will work closely with us and our framework contactors to deliver integrated, efficient and high quality services and works to our residents.
The framework will also be used by Brent Council and is open to other London-based social housing organisations and the 33 London Borough Councils. The indication of contract values given above apply only to BHP and Brent Council. Where appropriate for particular lots, values of projects for which these services will be required has been given, in place of values of anticipated services, because of the difficulty in estimating these.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Architectural-and-building-surveying-services./32EAUJS498
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/32EAUJS498
GO-20131119-PRO-5275493 TKR-20131119-PRO-5275492
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2)Lodging of appeals: The contracting authority will observe a minimum 10 calendar standstill period from the day after communication to tenderers of the authority's intended award decision. This is to allow unsuccessful tenderers to obtain further information before the contract is entered into. There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulation 2006 (as amended) provide for an aggrieved party to apply to the High Court of England and Wales concerning the alleged breach of the 2006 Regulations. Any such action must be brought within 30 days of knowledge of the alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in VI.4.1
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Brent Housing Partnership Ltd
Brent Civic Centre, Wembley, HA9 0FJ, United Kingdom
Tel. +44 2089372297
VI.5) Date Of Dispatch Of This Notice: 19/11/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Brent
Brent Civic Centre, Engineers Way, Wembley, HA9 0FJ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
The 33 London Borough Councils
London, London, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Other London-based social housing organisations
London, London, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Wembley: Architectural and building-surveying services.
I.1)Name, Addresses and Contact Point(s):
Brent Housing Partnership Ltd (BHP)
Brent Civic Centre, Engineers Way, Wembley, HA9 0FJ, United Kingdom
Tel. +44 2089372297, Email: contracts@bhphousing.co.uk
Electronic Access URL: http://www.delta-esourcing.com/respond/32EAUJS498
Electronic Submission URL: http://www.delta-esourcing.com/respond/32EAUJS498
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: CONSULTANTS FRAMEWORK
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKI - LONDON
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Architectural and building-surveying services. Building surveying services. Building services consultancy services. The main Lot is for a range of surveying-related services in relation to both refurbishment and repair projects and for newbuild schemes. Lots 2 and 3 are for M&E consultants and Lift Consultants.
II.1.5)Common procurement vocabulary:
71251000 - Architectural and building-surveying services.
71315300 - Building surveying services.
71315210 - Building services consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Technical merit of the proposal The quality of the proposal
Tender framework prices - 100
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Multi Disiplinary
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: PRP Architects
Postal address: Ferry Works, Summer Road, Thames Ditton
Town: Surrey
Postal code: KT7 0QJ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: M&E CONSULTANCY
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: FRANKHAM CONSULTANCY GROUP LTD
Postal address: IRENE HOUSE, FIVE ARCHES BUSINESS PARK, MAIDSTONE, SIDCUP
Town: KENT
Postal code: DA14 5AE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Multi- Disciplinary
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pellings LLP
Postal address: 24 Windmore Road, Bromley
Town: Kent
Postal code: BR1 1RY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Multi-Disciplinary
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Hunters & PartnersLtd
Postal address: Space One, Beadon Road
Postal code: W6 OEA
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Baily Garner LLP
Postal address: 14/16 Eltham Hill
Town: London
Postal code: SE9 5DY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
6: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Multi-Disciplinary
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Capita Property & Construction Consultants
Postal address: Nicon House, 45 Silver Street
Town: Enfield
Postal code: EN1 3EF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
7: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 18/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Mottram Associates Ltd
Postal address: 78 Eastham Village, Eastham
Town: Wirrall
Postal code: CH6 OAW
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
Brent Housing Partnership Ltd. (BHP) is an arms length management organisation owned by and managing the housing stock of Brent Council. We are planning to transform our estates through some new long term contracts for major works, responsive repairs and newbuild which will involve community asset planning and long term investment so that whole estates are considered and residents involved from the start. We are seeking consultants who will work closely with us and our framework contactors to deliver integrated, efficient and high quality services and works to our residents.
The framework will also be used by Brent Council and is open to other London-based social housing organisations and the 33 London Borough Councils. The indication of contract values given above apply only to BHP and Brent Council. Where appropriate for particular lots, values of projects for which these services will be required has been given, in place of values of anticipated services, because of the difficulty in estimating these.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=108126559
GO-201486-PRO-5900689 TKR-201486-PRO-5900688
VI.3.1)Body responsible for appeal procedures:
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.3.2)Lodging of appeals: The contracting authority will observe a minimum 10 calendar standstill period from the day after communication to tenderers of the authority's intended award decision. This is to allow unsuccessful tenderers to obtain further information before the contract is entered into. There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulation 2006 (as amended) provide for an aggrieved party to apply to the High Court of England and Wales concerning the alleged breach of the 2006 Regulations. Any such action must be brought within 30 days of knowledge of the alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in VI.4.1
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Brent Housing Partnership Ltd
Brent Civic Centre, Wembley, HA9 0FJ, United Kingdom
Tel. +44 2089372297
VI.4)Date Of Dispatch Of This Notice: 06/08/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
LONDON BOROUGH OF BRENT
CIVIC CENTRE, ENGINEERS WAY, WEMBLEY, HA9 0FJ, United Kingdom
2: Contracting Authority
ANY OTHER LONDON BOROUGHS OR OTHER LONDON HOUSING ORGANISATIONS
LONDON, LONDON, United Kingdom