Barnet Homes Ltd: Clerk of works Framework for new build social housing

  Barnet Homes Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Clerk of works Framework for new build social housing
Notice type: Contract Notice
Authority: Barnet Homes Ltd
Nature of contract: Services
Procedure: Open
Short Description: The client requires the services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB). The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.
Published: 05/06/2018 14:16
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-site supervision services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Barnet Group Ltd (Incorporating Opendoor Homes Ltd)
             4th Floor, Barnet House, 1255 High Road, London, N20 0EJ, United Kingdom
             Tel. +44 2083594783, Email: procurement@barnethomes.org
             Contact: Procurement team
             Main Address: https://www.bipsolutions.com
             NUTS Code: UKI71
      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-London:-Construction-site-supervision-services./AB3J939Z3K
      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-title/AB3J939Z3K 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
            Other type:: Registerd social landlord under Homes England (and part of the Barnet Group (a LATC))
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Clerk of works Framework for new build social housing       
      Reference Number: ODH/202/2018/cow
      II.1.2) Main CPV Code:
      71521000 - Construction-site supervision services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The client requires the services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.       
      II.1.5) Estimated total value:
      Value excluding VAT: 900,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI71 Barnet
      
      II.2.4) Description of procurement: To set up a framework for services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.
      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: 900,000       
      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: Yes       
      Description of renewals: initial 3 year framework with option to extend for a further year
      
      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:          
      See contract particulars as must have previous experience and submit case studies    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Based on annual spend - at least 2 times the value of that spend divided by 3 (3 consultants to be on the framework)    
      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       
      see documents          
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open Acclerated   
      Justification for the choice of accelerated procedure: There are limited companies undertaking this work so go direct to ITT and no pre selection   
   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: 3           
         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: No       
   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: 20/06/2018
            
      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:
         Until: 21/12/2018
      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/07/2018
         Time: 12:00
         Place:
         Barnet House
      

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 Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-site-supervision-services./AB3J939Z3K

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AB3J939Z3K
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Barnet Group Ltd
       4th Floor, Barnet House, 1255 High Road, Whetstone, N20 0EJ, United Kingdom
       Tel. +44 2083594783, Email: procurement@barnethomes.org
   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: 05/06/2018

Annex A


View any Notice Addenda

View Award Notice

UK-London: Construction-site supervision services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Barnet Group Ltd (Incorporating Opendoor Homes Ltd)
       4th Floor, Barnet House, 1255 High Road, London, N20 0EJ, United Kingdom
       Tel. +44 2083594783, Email: procurement@barnethomes.org
       Contact: Procurement team
       Main Address: https://www.bipsolutions.com
       NUTS Code: UKI71

   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:
      Other type:: Registerd social landlord under Homes England (and part of the Barnet Group (a LATC))

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Clerk of works Framework for new build social housing            
      Reference number: ODH/202/2018/cow

      II.1.2) Main CPV code:
         71521000 - Construction-site supervision services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The client requires the services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.

      II.1.6) Information about lots
         This contract is divided into lots: No
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI71 - Barnet
   
      Main site or place of performance:
      Barnet
             

      II.2.4) Description of the procurement: To set up a framework for services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.

      II.2.5) Award criteria:
      Quality criterion - Name: quality return questions / Weighting: 70
                  
      Cost criterion - Name: price / 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: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open Accelerated
         Justification for the choice of accelerated procedure: There are limited companies undertaking this work so go direct to ITT and no pre selection

   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: No

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: ODH/202/2018/CoW    
   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: 17/07/2018

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 5 (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: 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)
             Pellings LLP
             24 Wigmore Road, Bromley, BR1 1RY, United Kingdom
             NUTS Code: UKJ4
            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: 3,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: ODH/202/2018/CoW2    
   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: 17/07/2018

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 5 (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: 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)
             Calfordseaden LLP
             St Johns House, 1a Knoll rise, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UKJ4
            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: 3,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: ODH/202/2018/CoW3    
   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: 17/07/2018

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 5 (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: 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)
             SilverDCC ltd
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI4
            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: 3,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

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

   VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=334127247

   VI.4) Procedures for review

      VI.4.1) Review body
          The Barnet Group Ltd
          4th Floor, Barnet House, 1255 High Road, Whetstone, N20 0EJ, United Kingdom
          Tel. +44 2083594783, Email: procurement@barnethomes.org

      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: 19/07/2018