Essex County Council: 0598 Flooding Property Level Protection/Resilience

  Essex County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: 0598 Flooding Property Level Protection/Resilience
Notice type: Contract Notice
Authority: Essex County Council
Nature of contract: Services
Procedure: Open
Short Description: The Authority is seeking to appoint a suitably qualified and experienced provider who can manage and deliver the Property Level Resilience grant scheme to the residents of Essex for the financial year 2018/19,with the option of extending for an additional two one year extensions( 2019/20 and 2020/21).
Published: 18/06/2018 13:22
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-Chelmsford: Project management consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Essex County Council
             County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
             Email: philip.armstrong@essex.gov.uk
             Contact: Philip Armstrong
             Main Address: www.essex.gov.uk, Address of the buyer profile: www.delta-esourcing.com
             NUTS Code: UKH3
      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-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F
      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-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: 0598 Flooding Property Level Protection/Resilience       
      Reference Number: 0598
      II.1.2) Main CPV Code:
      72224000 - Project management consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Authority is seeking to appoint a suitably qualified and experienced provider who can manage and deliver the Property Level Resilience grant scheme to the residents of Essex for the financial year 2018/19,with the option of extending for an additional two one year extensions( 2019/20 and 2020/21).       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45246400 - Flood-prevention works.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: The Authority is seeking a provider who can manage and deliver the Property Level Resilience( PLR) grant scheme to the residents of Essex for the financial year 2018/19; with the possibility of extending the project into 2019/20 and 2020/21. This will entail the administration and delivery of a minimum of forty (40) completed property level resilience installations to eligible Essex residential properties during the 2018/19 financial year.

Bidders must have capacity to promote, administer and project manage the PLR grant scheme. They must also be able to raise awareness through various media sources, to previously flooded Essex residents on the opportunities available to them for a PLR grant and to process and screen for eligibility, a minimum of sixty (60), PLR applications during the 2018/19 financial year.

Technical and administrative support must be provided by the successful bidder to all successful grant applicants in the course of having their residential survey conducted and in making their PLR product choices.

Bidders must be able to provide the full range of services required by this opportunity. In addition to all other activities already mentioned this includes, the management and distribution of all grant funds (payments to the successful bidder would be made by ECC as and when invoices are submitted for either services provided and/or for the payment to surveyors and/or PLR installers), the appointment of any subcontractors where necessary and the processing of all payments to PLR product providers subsequently chosen by the successful grant applicants.
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 31       
      This contract is subject to renewal: No       
      Description of renewals: 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: 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:          
      Not Provided       
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: Yes       
   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: 18/07/2018 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/07/2018
         Time: 12:01
      

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: For this tender Essex County Council will be using the BiP Delta eSourcing portal https://www.deltaesourcing.com
throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal message system. To access and respond to this opportunity, please go to : https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F
Alternatively potential bidders can use http://www.delta-esourcing.com and input access code 2YHK3J5P3F to gain access to the tender documentation.
Please note that potential bidders will need to register on the delta eSourcing system to view the procurement documentation for this tender, registration is free of charge. If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk or call 0845 270 7050 or email helpdesk@delta-esourcing.com.
The tender documents are available on: a) the eSourcing Portal 'BiP Delta', via the links detailed above, b) the Government Contracts Finder website:
https://www.gov.uk/contracts-finder c)ECC's opportunities listing: http://www.essex.gov.uk/Business-Partners/Supplying-Council/Pages/default.aspx It is recommended that any bidder not already registered on the BiP Delta eSourcing, register at the earliest opportunity. Essex County Council reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. Essex County Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise. The procurement is subject at all times to the terms and conditions set out in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Project-management-consultancy-services./2YHK3J5P3F

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2YHK3J5P3F
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   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: 18/06/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Chelmsford: Project management consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Essex County Council
       County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
       Email: philip.armstrong@essex.gov.uk
       Contact: Philip Armstrong
       Main Address: www.essex.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKH3

   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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: 0598 Flooding Property Level Protection/Resilience            
      Reference number: 0598

      II.1.2) Main CPV code:
         72224000 - Project management consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Authority has appointed a suitably qualified and experienced provider who can manage and deliver the Property Level Resilience grant scheme to the residents of Essex for the financial year 2018/19,with the option of extending for an additional two one year extensions( 2019/20 and 2020/21).

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45246400 - Flood-prevention works.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: The Authority has appointed a provider who can manage and deliver the Property Level Resilience( PLR) grant scheme to the residents of Essex for the financial year 2018/19; with the possibility of extending the project into 2019/20 and 2020/21. This will entail the administration and delivery of a minimum of forty (40) completed property level resilience installations to eligible Essex residential properties during the 2018/19 financial year.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 30
                  
      Cost criterion - Name: Criterion 1 / Weighting: 70
            

      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


   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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 116-263822
      
   

   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: 0598    
   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: 24/10/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Lakeside Flood Solutions Limited
             Unit 2E, Invest House, Bruce Road, Fforestfach Industrial Estate, Swansea, SA5 4HS, United Kingdom
             NUTS Code: UKL18
            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: 1,500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=355427710

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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: 15/11/2018