ForHousing: Consultants Services Framework Agreement

  ForHousing has published this notice through Delta eSourcing

Notice Summary
Title: Consultants Services Framework Agreement
Notice type: Contract Award 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: 14/12/2018 11:40

View Full 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




View any Notice Addenda

View Award Notice