Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Commercial Services and Project Management - Be First Professional Services Framework |
Notice type: | Contract Notice |
Authority: | Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Provision of professional Services including the following roles: Quantity Surveyor Project Manager Clerk of Works Technical Assurance Principal Designer |
Published: | 16/09/2021 16:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Be First (Regeneration) Limited, 10635656
9th Floor, Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
Tel. +44 2033720707, Email: Paul.Hann@befirst.london
Contact: Paul Hann
Main Address: http://befirst.london/
NUTS Code: UKI52
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: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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:: Urban regeneration company wholly owned by Barking and Dagenham Council, but operating independently.
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Commercial Services and Project Management - Be First Professional Services 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: Provision of professional Services including the following roles:
Quantity Surveyor
Project Manager
Clerk of Works
Technical Assurance
Principal Designer
II.1.5) Estimated total value:
Value excluding VAT: 8,250,000
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: 2
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: Be First Professional Services Tender Commercial Services Lot 1
Lot No: 1
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
II.2.3) Place of performance:
UKI52 Barking & Dagenham and Havering
II.2.4) Description of procurement: Lot 1 will be awarded to a maximum of four (4) Suppliers with a maximum of 8 shortlisted (from the SSQ stage for the ITT stage) and will be utilised to procure technical and professional services of providers to support commercial consultancy to the Be First pipeline of construction projects.
Lot 1 relates to construction projects with forecast total construction cost of over £80 million
Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following:
•Commercial services consultancy consisting of, quantity surveyor, project manager, technical assurance, clerk of works, principal designer
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/R238N7Q45B
II.2) Description Lot No. 2
II.2.1) Title: Be First Professional Services Tender Commercial Services Lot 2
Lot No: 2
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
II.2.3) Place of performance:
UKI52 Barking & Dagenham and Havering
II.2.4) Description of procurement: Lot 2 will be awarded to a maximum of four (4) Suppliers with a maximum of 8 shortlisted (from the SQ stage for the ITT stage) and will be utilised to procure the technical and professional services of providers to support commercial consultancy to the Be First pipeline of construction projects.
Lot 2 relates to construction projects with forecast total construction cost of up to £80 million
Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following:
•Commercial services consultancy consisting of, quantity surveyor, project manager, technical assurance, clerk of works, principal designer
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Ability / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 2,250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/939XP5CQY3
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:
No specific requirements
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: Yes
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: 8
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: 18/10/2021 Time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 01/11/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: 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=626410322
VI.4) Procedures for review
VI.4.1) Review body:
Barking and Dagenham Council
1 Town Sq, Barking, IG11 7LU, United Kingdom
Tel. +44 2082272757
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: 16/09/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Be First (Regeneration) Limited, 10635656
9th Floor, Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
Tel. +44 2033720707, Email: Paul.Hann@befirst.london
Contact: Paul Hann
Main Address: http://befirst.london/
NUTS Code: UKI52
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:: Urban regeneration company wholly owned by Barking and Dagenham Council, but operating independently.
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Commercial Services and Project Management - Be First Professional Services 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: Provision of professional Services including the following roles:
Quantity Surveyor
Project Manager
Clerk of Works
Technical Assurance
Principal Designer
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 8,250,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Be First Professional Services Tender Commercial Services Lot 1
Lot No:1
II.2.2) Additional CPV code(s):
71530000 - Construction consultancy services.
II.2.3) Place of performance
Nuts code:
UKI52 - Barking & Dagenham and Havering
Main site or place of performance:
Barking & Dagenham and Havering
II.2.4) Description of the procurement: Lot 1 will be utilised to procure technical and professional services of providers to support commercial consultancy to the Be First pipeline of construction projects.
Lot 1 relates to construction projects with forecast total construction cost of over £80 million
Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following:
•Commercial services consultancy consisting of, quantity surveyor, project manager, technical assurance, clerk of works, principal designer
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/R238N7Q45B
II.2) Description (lot no. 2)
II.2.1) Title:Be First Professional Services Tender Commercial Services Lot 2
Lot No:2
II.2.2) Additional CPV code(s):
71530000 - Construction consultancy services.
II.2.3) Place of performance
Nuts code:
UKI52 - Barking & Dagenham and Havering
Main site or place of performance:
Barking & Dagenham and Havering
II.2.4) Description of the procurement: Lot 2 will be utilised to procure the technical and professional services of providers to support commercial consultancy to the Be First pipeline of construction projects.
Lot 2 relates to construction projects with forecast total construction cost of up to £80 million
Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following:
•Commercial services consultancy consisting of, quantity surveyor, project manager, technical assurance, clerk of works, principal designer
II.2.5) Award criteria:
Quality criterion - Name: Technical Ability / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/939XP5CQY3
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: 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: Not Provided
Lot Number: 1
Title: Be First Professional Services Tender Commercial Services Lot 1
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/10/2022
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Mace Consult Limited, 07094851
155 Moorgate,, London,, EC2M 6XB,, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Mott MacDonald Limited, 01243967
Mott MacDonald House,, 8-10 Sydenham Road,, Croydon,, CR0 2EE,, United Kingdom
NUTS Code: UKI62
The contractor is an SME: No
Contractor (No.3)
Currie & Brown UK Limited, 01300409
40 Holborn Viaduct,, London,, EC1N 2PB,, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Fulkers Bailey Russell, 12187914
China Works,, 4th Floor 420,, London,, SE1 7SJ,, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Stace LLP, OC312683
273 High Street, Epping,, Essex,, CM16 4DA,, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.6)
Calfordseaden LLP, OC315838
Devonshire House,, 60 Goswell Road,, London,, EC1M 7AD,, United Kingdom
NUTS Code: UKI
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: 6,000,000
Total value of the contract/lot: 6,000,000
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: Be First Professional Services Tender Commercial Services Lot 2
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/10/2022
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Mott MacDonald Limited, 01243967
Mott MacDonald House,, 8-10 Sydenham Road,, Croydon,, CR0 2EE,, United Kingdom
NUTS Code: UKI62
The contractor is an SME: No
Contractor (No.2)
Turner & Townsend Project Management Limited, 02165592
Low Hall, Calverley Lane,, Horsforth,, Leeds,, LS18 4GH,, United Kingdom
NUTS Code: UKE42
The contractor is an SME: No
Contractor (No.3)
Currie & Brown UK LImited, 01300409
40 Holborn Viaduct,, London,, EC1N 2PB,, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Faithful+Gould Limited, 02236832
Woodcote House,, Woodcote Grove,, Ashley Road,, Epsom, Surrey,, KT18 5BW,, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
Contractor (No.5)
Fulkers Bailey Russell, 12187914
China Works,, 4th Floor 420,, London, SE1 7SJ,, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.6)
calfordseaden LLP, OC315838
Devonshire House,, 60 Goswell Road,, London,, EC1M 7AD,, United Kingdom
NUTS Code: UKI
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: 2,250,000
Total value of the contract/lot: 2,250,000
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=692906730
VI.4) Procedures for review
VI.4.1) Review body
Barking and Dagenham Council
1 Town Sq, Barking, IG11 7LU, United Kingdom
Tel. +44 2082272757
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: 24/10/2022