Cameron Consulting: Wave 12 Free Schools Technical Advisory and Project Management Services

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Wave 12 Free Schools Technical Advisory and Project Management Services
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Open
Short Description: The Education Funding Agency (“EFA”) is procuring to appoint suppliers to a framework to support thedelivery of the Free Schools programme. This will include Project Management services on a national basisand Technical Advisory services in two regions, North and South. The EFA is the executive agency of the Department for Education (“DfE”) responsible for funding. This includes supporting the delivery of schoolscapital projects, including Free Schools.
Published: 04/11/2016 18:58
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-London: Construction-related services.
Section I: Contracting Authority
      I.1) Name and addresses
             Education Funding Agency
             Sixth Floor, Sanctuary Buildings, Great Smith Street, 20 Great Smith Street, London, SW1P 3BT, United Kingdom
             Email: mark.BIRRELL@education.gov.uk
             Contact: Mark Birrell
             Main Address: https://www.gov.uk/government/organisations/education-funding-agency
             NUTS Code: UKI
      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-London:-Construction-related-services./SW47796UUC
      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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Wave 12 Free Schools Technical Advisory and Project Management Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71500000 - Construction-related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Education Funding Agency (“EFA”) is procuring to appoint suppliers to a framework to support thedelivery of the Free Schools programme. This will include Project Management services on a national basisand Technical Advisory services in two regions, North and South. The EFA is the executive agency of the Department for Education (“DfE”) responsible for funding. This includes supporting the delivery of schoolscapital projects, including Free Schools.       
      II.1.5) Estimated total value:
      Value excluding VAT: 12,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      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: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Technical Advisory Services to the North       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71621000 - Technical analysis or consultancy services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71541000 - Construction project management services.
      71540000 - Construction management services.
      79410000 - Business and management consultancy services.
      79994000 - Contract administration services.
      
      II.2.3) Place of performance:
      UKH2 Bedfordshire and Hertfordshire
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The EFA envisages appointing up to 4 suppliers to provide Technical Advisory services to the North of England.
      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: 30,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The EFA shall have the option to extend the duration of the framework agreement by up to two further periods of12 months, for a total period of up to four years. The anticipated framework commencement date is April 2017.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The EFA shall have the option to extend the duration of the framework agreement as in II.2.7
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Technical Advisory Services to the South       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71621000 - Technical analysis or consultancy services.
      71500000 - Construction-related services.
      71600000 - Technical testing, analysis and consultancy services.
      71541000 - Construction project management services.
      71540000 - Construction management services.
      79410000 - Business and management consultancy services.
      79994000 - Contract administration services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      UKH1 East Anglia
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The EFA envisages appointing up to 8 suppliers to provide Technical Advisory services to the South of England.
      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: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The EFA shall have the option to extend the duration of the framework agreement by up to two further periods of12 months, for a total period of up to four years. The anticipated framework commencement date is April 2017.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The EFA shall have the option to extend the duration of the framework agreement as in II.2.7
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Project Management Services nationwide       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      71500000 - Construction-related services.
      71520000 - Construction supervision services.
      71521000 - Construction-site supervision services.
      71530000 - Construction consultancy services.
      71540000 - Construction management services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UKE YORKSHIRE AND THE HUMBER
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The EFA envisages appointing up to 10 suppliers to provide Project Management services on a National basis to support the delivery of the Free Schools Programme.
      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: 16,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The EFA shall have the option to extend the duration of the framework agreement by up to two further periods of12 months, for a total period of up to four years. The anticipated framework commencement date is April 2017.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The EFA shall have the option to extend the duration of the framework agreement as in II.2.7
      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:          
      The successful candidates will be required to maintain insurance of the types and in the amounts set out in the framework agreement, available from the above-mentioned contact point.    
      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
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 22           
         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: 2016/S 206 - 372893       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/12/2016 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/12/2016
         Time: 12:00
      

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: The contracting authority welcomes expressions of interest from consortia. No particular legal form is requiredat the time of submission of expressions of interest or tenders. The contracting authority reserves theright,however, to require consortia to form a legal entity prior to the execution of the framework agreement or to require that each party to the consortium undertakes joint and several liability for the delivery of the framework agreement and contracts issued under it.
Purchases from the framework may be made by the EFA, the Secretary of State for Education, LocatED Property Limited or any other body owned or controlled for the time being by any of the above.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-related-services./SW47796UUC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SW47796UUC
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          N/A, 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:
          Royal Courts Of Justice
       Strand, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 04/11/2016

Annex A


View any Notice Addenda

View Award Notice