Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 0598 Flooding Property Level Protection/Resilience |
Notice type: | Contract Notice |
Authority: | Essex County Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Authority is seeking to appoint a suitably qualified and experienced provider who can manage and deliver the Property Level Resilience grant scheme to the residents of Essex for the financial year 2018/19,with the option of extending for an additional two one year extensions( 2019/20 and 2020/21). |
Published: | 18/06/2018 13:22 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Email: philip.armstrong@essex.gov.uk
Contact: Philip Armstrong
Main Address: www.essex.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: 0598 Flooding Property Level Protection/Resilience
Reference Number: 0598
II.1.2) Main CPV Code:
72224000 - Project management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority is seeking to appoint a suitably qualified and experienced provider who can manage and deliver the Property Level Resilience grant scheme to the residents of Essex for the financial year 2018/19,with the option of extending for an additional two one year extensions( 2019/20 and 2020/21).
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45246400 - Flood-prevention works.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The Authority is seeking a provider who can manage and deliver the Property Level Resilience( PLR) grant scheme to the residents of Essex for the financial year 2018/19; with the possibility of extending the project into 2019/20 and 2020/21. This will entail the administration and delivery of a minimum of forty (40) completed property level resilience installations to eligible Essex residential properties during the 2018/19 financial year.
Bidders must have capacity to promote, administer and project manage the PLR grant scheme. They must also be able to raise awareness through various media sources, to previously flooded Essex residents on the opportunities available to them for a PLR grant and to process and screen for eligibility, a minimum of sixty (60), PLR applications during the 2018/19 financial year.
Technical and administrative support must be provided by the successful bidder to all successful grant applicants in the course of having their residential survey conducted and in making their PLR product choices.
Bidders must be able to provide the full range of services required by this opportunity. In addition to all other activities already mentioned this includes, the management and distribution of all grant funds (payments to the successful bidder would be made by ECC as and when invoices are submitted for either services provided and/or for the payment to surveyors and/or PLR installers), the appointment of any subcontractors where necessary and the processing of all payments to PLR product providers subsequently chosen by the successful grant applicants.
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 31
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/07/2018 Time: 12:00
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 month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 18/07/2018
Time: 12:01
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For this tender Essex County Council will be using the BiP Delta eSourcing portal https://www.deltaesourcing.com
throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal message system. To access and respond to this opportunity, please go to : https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F
Alternatively potential bidders can use http://www.delta-esourcing.com and input access code 2YHK3J5P3F to gain access to the tender documentation.
Please note that potential bidders will need to register on the delta eSourcing system to view the procurement documentation for this tender, registration is free of charge. If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk or call 0845 270 7050 or email helpdesk@delta-esourcing.com.
The tender documents are available on: a) the eSourcing Portal 'BiP Delta', via the links detailed above, b) the Government Contracts Finder website:
https://www.gov.uk/contracts-finder c)ECC's opportunities listing: http://www.essex.gov.uk/Business-Partners/Supplying-Council/Pages/default.aspx It is recommended that any bidder not already registered on the BiP Delta eSourcing, register at the earliest opportunity. Essex County Council reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. Essex County Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise. The procurement is subject at all times to the terms and conditions set out in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2YHK3J5P3F
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/06/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Essex County Council
County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
Email: philip.armstrong@essex.gov.uk
Contact: Philip Armstrong
Main Address: www.essex.gov.uk, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: 0598 Flooding Property Level Protection/Resilience
Reference number: 0598
II.1.2) Main CPV code:
72224000 - Project management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority has appointed a suitably qualified and experienced provider who can manage and deliver the Property Level Resilience grant scheme to the residents of Essex for the financial year 2018/19,with the option of extending for an additional two one year extensions( 2019/20 and 2020/21).
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45246400 - Flood-prevention works.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The Authority has appointed a provider who can manage and deliver the Property Level Resilience( PLR) grant scheme to the residents of Essex for the financial year 2018/19; with the possibility of extending the project into 2019/20 and 2020/21. This will entail the administration and delivery of a minimum of forty (40) completed property level resilience installations to eligible Essex residential properties during the 2018/19 financial year.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 30
Cost criterion - Name: Criterion 1 / Weighting: 70
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Notice number in the OJEU: 2018/S 116-263822
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 0598
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/10/2018
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Lakeside Flood Solutions Limited
Unit 2E, Invest House, Bruce Road, Fforestfach Industrial Estate, Swansea, SA5 4HS, United Kingdom
NUTS Code: UKL18
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=355427710
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/11/2018