ForHousing: Consultants Services Framework Agreement

  ForHousing is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Consultants Services Framework Agreement
Notice type: Contract Notice
Authority: ForHousing
Nature of contract: Services
Procedure: Restricted
Short Description: ForViva Group Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of new build consultancy services, divided into 4 Lots. Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying. Lot 2 - Architects for new build and refurbishment work. Lot 3 - Structural Engineers Services. Lot 4 - Ground Investigation Services.
Published: 26/04/2018 11:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Eccles: Building consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             ForViva Group Limited
             52 Regent Street, Eccles, M30 0BP, United Kingdom
             Tel. +44 1616057606, Email: tenders@citywest.org.uk
             Contact: The Procurement Team
             Main Address: https://www.forviva.co.uk/
             NUTS Code: UK
      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: Yes.
      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-Eccles:-Building-consultancy-services./9NB6933J3S
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Consultants Services Framework Agreement       
      Reference Number: Consultants/Mar2018
      II.1.2) Main CPV Code:
      71315200 - Building consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: ForViva Group Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of new build consultancy services, divided into 4 Lots.
Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying.
Lot 2 - Architects for new build and refurbishment work.
Lot 3 - Structural Engineers Services.
Lot 4 - Ground Investigation Services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 290,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The following entities have the option to call-off contracts with individual framework consultants when required: (i)Forviva and any entity within the Forviva group, which includes City West Housing Trust, Villages Housing Association and ForWorks. (ii)Other Social Housing Providers in the UK, that are in existence now and those that may be in existence in the future. Please see the ITT docs.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      72224000 - Project management consultancy services.
      71324000 - Quantity surveying services.
      71500000 - Construction-related services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Pricing / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: 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: Yes       
      Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Architects for new build and refurbishment work       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Pricing / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: 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: Yes       
      Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Structural Engineers Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71312000 - Structural engineering consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £70 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Pricing / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 70,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: 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: Yes       
      Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Ground Investigation Services       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45111250 - Ground investigation work.
      71351500 - Ground investigation services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £60 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Pricing / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 60,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: 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: Yes       
      Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds             
      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:          
      As set out in the tender documentation    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      As set out in the tender documentation    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      As set out in the tender documentation    
      Minimum level(s) of standards possibly required (if applicable) :          
      As set out in the tender documentation
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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: 40               
         The procurement involves the setting up of a dynamic purchasing system - 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: 28/05/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/06/2018       
      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: Not Provided      
      

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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: ForViva reserves the right to cancel the procurement at any time and not to processed with all or part of the Framework Agreement. ForViva will not, under any circumstance, reimburse any expense incurred by bidders in preparing their Selection Questionnaires or tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Building-consultancy-services./9NB6933J3S

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9NB6933J3S
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice in the Strand
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice in the Strand
          London, United Kingdom
   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:
          The Cabinet Office
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 26/04/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Eccles: Building consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       ForViva Group Limited
       52 Regent Street, Eccles, M30 0BP, United Kingdom
       Tel. +44 1616057606, Email: tenders@citywest.org.uk
       Contact: The Procurement Team
       Main Address: https://www.forviva.co.uk/
       NUTS Code: UK

   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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Consultants Services Framework Agreement            
      Reference number: Consultants/Mar2018

      II.1.2) Main CPV code:
         71315200 - Building consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: ForViva Group Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of new build consultancy services, divided into 4 Lots.
Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying.
Lot 2 - Architects for new build and refurbishment work.
Lot 3 - Structural Engineers Services.
Lot 4 - Ground Investigation Services.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 290,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71541000 - Construction project management services.
            72224000 - Project management consultancy services.
            71324000 - Quantity surveying services.
            71500000 - Construction-related services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Pricing / Weighting: 30
            

      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: Yes
         Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Architects for new build and refurbishment work   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71221000 - Architectural services for buildings.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Pricing / Weighting: 30
            

      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: Yes
         Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Structural Engineers Services   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71312000 - Structural engineering consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £70 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Pricing / Weighting: 30
            

      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: Yes
         Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Ground Investigation Services   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45111250 - Ground investigation work.
            71351500 - Ground investigation services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.

Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £60 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Pricing / Weighting: 30
            

      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: Yes
         Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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
       Not Provided
   

   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: Not Provided    
   Lot Number: 1    
   Title: Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 14          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Savills (UK) Limited
             33 Margaret Street, London, W1G 0JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 80,000,000          
         Total value of the contract/lot: 80,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Architects for new build and refurbishment work

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 15          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bernard Taylor Partnership Ltd
             486 Didsbury Road, Stockport, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 80,000,000          
         Total value of the contract/lot: 80,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Structural Engineers Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 7          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ARP Geotechnical Ltd
             5/6 Northwest Business Park, Leeds, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 70,000,000          
         Total value of the contract/lot: 70,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Ground Investigation Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 7          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ARP Geotechnical Ltd
             5/6 Northwest Business Park, Leeds, LS6 2QH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 60,000,000          
         Total value of the contract/lot: 60,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: ForViva reserves the right to cancel the procurement at any time and not to processed with all or part of the Framework Agreement. ForViva will not, under any circumstance, reimburse any expense incurred by bidders in preparing their Selection Questionnaires or tender submissions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=365170775

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice in the Strand
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice in the Strand
          London, United Kingdom

      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
          The Cabinet Office
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 14/12/2018