Sovereign Housing Association is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Employers Agent and Principal Designers Consultant Framework |
Notice type: | Contract Notice |
Authority: | Sovereign Housing Association |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including Sovereign Housing Association, Ability Housing Association, Advance UK, Brunelcare, Cottsway Housing Association and Housing Solutions Group. SDC may vary the membership numbers of the Consortium over the framework period by the inclusion of other organisations whose objectives will be to develop and/or manage housing within the geographic areas covered by the Framework. SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years. Sovereign Housing Association are the lead organisation for the project. |
Published: | 07/06/2017 16:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Sovereign Development Consortium
Woodlands, 90 Bartholomew Street, Newbury, RG14 5EE, United Kingdom
Email: nigel.leighton@sovereign.org.uk
Contact: Nigel Leighton
Main Address: www.sovereign.org.uk, Address of the buyer profile: www.sovereign.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Sovereign Development Consortium
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-Newbury:-Construction-consultancy-services./KE42U7QWZ5
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-Newbury:-Construction-consultancy-services./KE42U7QWZ5 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: Employers Agent and Principal Designers Consultant Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including Sovereign Housing Association, Ability Housing Association, Advance UK, Brunelcare, Cottsway Housing Association and Housing Solutions Group.
SDC may vary the membership numbers of the Consortium over the framework period by the inclusion of other organisations whose objectives will be to develop and/or manage housing within the geographic areas covered by the Framework.
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
Sovereign Housing Association are the lead organisation for the project.
II.1.5) Estimated total value:
Value excluding VAT: 14,400,000
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: The contracting authority reserves the right to award framework contracts based on the most economically advantageous tender submissions
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: WEST: West of England*; Gloucester; North Wiltshire & Swindon
Lot No: 1
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321100 - Construction economics services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 1 – West of England*; Gloucester; North Wiltshire & Swindon (£4.08m)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 4,080,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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
II.2) Description Lot No. 2
II.2.1) Title: EAST: Berkshire; Oxfordshire & Buckinghamshire
Lot No: 2
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321100 - Construction economics services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 2 – Berkshire; Oxfordshire & Buckinghamshire (£3.6m)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 3,600,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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
II.2) Description Lot No. 3
II.2.1) Title: Hampshire
Lot No: 3
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321100 - Construction economics services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKJ33 Hampshire CC
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 3 – Hampshire (£3.6m)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 3,600,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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
II.2) Description Lot No. 4
II.2.1) Title: Isle of Wight
Lot No: 4
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321100 - Construction economics services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKJ34 Isle of Wight
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 4 – Isle of Wight (£240k)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 240,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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
II.2) Description Lot No. 5
II.2.1) Title: SOUTH: Dorset; South Wiltshire & New Forest
Lot No: 5
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321100 - Construction economics services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 5 – Dorset; South Wiltshire & New Forest (£480k)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 480,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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
II.2) Description Lot No. 6
II.2.1) Title: SOUTH WEST: Devon and Somerset
Lot No: 6
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321100 - Construction economics services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
UKK4 Devon
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 6 – Devon & Somerset (£960k)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 960,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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
II.2) Description Lot No. 7
II.2.1) Title: Cornwall
Lot No: 7
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71241000 - Feasibility study, advisory service, analysis.
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71322100 - Quantity surveying services for civil engineering works.
71520000 - Construction supervision services.
71540000 - Construction management services.
71541000 - Construction project management services.
71313400 - Environmental impact assessment for construction.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly
II.2.4) Description of procurement: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including
•Sovereign Housing Association
•Ability Housing Association
•Advance UK
•Brunelcare
•Cottsway Housing Association
•Housing Solutions Group
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
SDC members are set to deliver 3,000 new homes per annum through developer-led acquisition, land-led opportunities or joint venture. SDC deliver, and the framework services will cover, a mix of residential tenures including social rent; affordable rent; shared ownership: older person housing; extra care; supported housing; private rent and open market sale.
Potential Bidders should note that the requirement will be for the delivery of all of the “Services” as defined in the tender documentation for both Employers’ Agent and Principal Designer. Any Bidder (with or without sub- consultants) offering to provide only part of the services will not be considered.
The Framework Agreement will be awarded initially for a 2 year period, with the ability to extend for a further 2 year period subject to satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four (4) year consultant framework agreement (where the 2 year extension is granted) is £14,400,000 GBP excluding VAT.
The indicative value per Lot is:
Lot 7 – Cornwall (£1.44m)
Due to the nature of the Development programme in terms of forward planning and commitments at the point of tender publishing, the above financial estimates per lot may vary over the life of the framework.
The Lead Organisation will operate a rotational call-off procedure for the award of projects on this Framework for and on behalf of each SDC Consortium member.
The Framework Agreement will have provision for mini competition in the award of services should the Client wish to use this facility.
More information on the framework call-off mechanisms will be provided in the ITT documentation.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 1,440,000
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: 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As described in the tender documentation
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:
As described in the tender documentation
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 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: 4
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: 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: 07/07/2017 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/07/2017
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 Yes
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-Newbury:-Construction-consultancy-services./KE42U7QWZ5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/KE42U7QWZ5
VI.4) Procedures for review
VI.4.1) Review body:
Sovereign Housing Association
Woodlands, 90 Bartholomew Street, Newbury, RG14 5EE, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Sovereign Housing Association
Woodlands, 90 Bartholomew Street, Newbury, RG14 5EE, 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:
Sovereign Housing Association
90 Bartholomew Street, Newbury, RG14 5EE, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 07/06/2017
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Ability Housing Association
The Coach House, Gresham Road, Staines, TW18 2AE, United Kingdom
Email: info@ability-housing.co.uk
Main Address: http://www.ability-housing.co.uk
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Advance UK
2 Witan Way, Witney, OX28 6FH, United Kingdom
Email: info@advanceuk.org
Main Address: http://www.advanceuk.org
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Brunelcare
Saffron Gardens, Prospect Place, Whitehall, Bristol, BS5 9FF, United Kingdom
Email: info@brunelcare.org.uk
Main Address: www.brunelcare.org.uk
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Cottsway Housing Association
Heynes Place, Avenue Two, Witney, OX28 4YG, United Kingdom
Email: contact@cottsway.co.uk
Main Address: www.cottsway.co.uk/
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Housing Solutions Group
Crown House, Waldeck Rd, Maidenhead, SL6 8BY, United Kingdom
Email: info@housingsolutions.co.uk
Main Address: www.housingsolutions.co.uk
NUTS Code: UK
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Sovereign Development Consortium
Woodlands, 90 Bartholomew Street, Newbury, RG14 5EE, United Kingdom
Email: nigel.leighton@sovereign.org.uk
Contact: Nigel Leighton
Main Address: www.sovereign.org.uk, Address of the buyer profile: www.sovereign.org.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Employers Agent and Principal Designers Consultant Framework Reference number: Not Provided
II.1.2) Main CPV code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Sovereign Development Consortium (SDC) is an alliance of six landlords and housing providers in the south and south west of England, currently including Sovereign Housing Association, Ability Housing Association, Advance UK, Brunelcare, Cottsway Housing Association and Housing Solutions Group.
SDC may vary the membership numbers of the Consortium over the framework period by the inclusion of other organisations whose objectives will be to develop and/or manage housing within the geographic areas covered by the Framework.
SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
Sovereign Housing Association are the lead organisation for the project.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 21/06/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 206411
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 07/06/2017
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: Short Description (Paragraph 3)
Instead of: SDC is seeking to establish a framework of experienced consultants across 7 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
Read: SDC is seeking to establish a framework of experienced consultants across 6 regional lots for Employers Agent and Principal Designer Services to work in collaboration with the Consortium members in delivering its development programme over the next 4 years.
VII.1.2) Text to be corrected in original notice No: 2
Section Number: II.1.5
Lot No: Not provided
Place of text to be modified: Estimated Total Value
Instead of: 14,400,000
Read: 12,960,000
VII.1.2) Text to be corrected in original notice No: 3
Section Number: II.2.1
Lot No: 7
Place of text to be modified: All Lot 7 (Cornwall) Information
Instead of: All Lot 7 (Cornwall) Information
Read: LOT 7 Cornwall now removed from scope of the framework
VII.2) Other 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-Newbury:-Construction-consultancy-services./D277MK5988
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D277MK5988
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
Ability Housing Association
The Coach House, Gresham Road, Staines, TW18 2AE, United Kingdom
Email: info@ability-housing.co.uk
Main Address: http://www.ability-housing.co.uk
NUTS Code: UK
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
2. Contracting Authority/Entity:
Advance UK
2 Witan Way, Witney, OX28 6FH, United Kingdom
Email: info@advanceuk.org
Main Address: http://www.advanceuk.org
NUTS Code: UK
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
3. Contracting Authority/Entity:
Brunelcare
Saffron Gardens, Prospect Place, Whitehall, Bristol, BS5 9FF, United Kingdom
Email: info@brunelcare.org.uk
Main Address: www.brunelcare.org.uk
NUTS Code: UK
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
4. Contracting Authority/Entity:
Cottsway Housing Association
Heynes Place, Avenue Two, Witney, OX28 4YG, United Kingdom
Email: contact@cottsway.co.uk
Main Address: www.cottsway.co.uk/
NUTS Code: UK
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
5. Contracting Authority/Entity:
Housing Solutions Group
Crown House, Waldeck Rd, Maidenhead, SL6 8BY, United Kingdom
Email: info@housingsolutions.co.uk
Main Address: www.housingsolutions.co.uk
NUTS Code: UK