Property: Kelvedon Park Phase 3

  Property is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Kelvedon Park Phase 3
Notice type: Contract Notice
Authority: Property
Nature of contract: Services
Procedure: Restricted
Short Description: Essex Fire Authority is proposing to construct a new vehicle workshop building at their headquarters site in Essex. The tender is for Consultancy Services providing Project Management, Quantity Surveying, Lead Consultant and Contract Administration roles in order to assist in the procurement and management of a Design Team and Principal Contractor. Further detail included in the Procurement Strategy Document. Project duration 48 months. This contract will not be available to other purchasers. For reasons of consistency in delivery this opportunity has not been divided into lots. Period of Works start and end dates are indicative only and mat be subject to change. The duration of the contract is 48 months.
Published: 05/02/2016 09:55
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-Witham: Construction project management services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Essex Fire Authority
      Headquarters, Kelvedon Park,, London Road, Rivenhall,, Witham, CM8 3HB, United Kingdom
      Tel. +44 1376576000, Fax. +44 1370310144, Email: mark.tolladay@essex-fire.gov.uk, URL: www.essex-fire.gov.uk, URL: www.essex-fire.gov.uk
      Contact: As above - NUTS Code UKH3, Attn: Mark Tolladay
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com using access code FSHSF97DC

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Public Order and Safety

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Kelvedon Park Phase 3
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 11

         Region Codes: UKH3 - Essex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Construction project management services. Building consultancy services. Construction consultancy services. Essex Fire Authority is proposing to construct a new vehicle workshop building at their headquarters site in Essex. The tender is for Consultancy Services providing Project Management, Quantity Surveying, Lead Consultant and Contract Administration roles in order to assist in the procurement and management of a Design Team and Principal Contractor. Further detail included in the Procurement Strategy Document. Project duration 48 months. This contract will not be available to other purchasers. For reasons of consistency in delivery this opportunity has not been divided into lots. Period of Works start and end dates are indicative only and mat be subject to change. The duration of the contract is 48 months.
         
      II.1.6)Common Procurement Vocabulary:
         71541000 - Construction project management services.
         
         71315200 - Building consultancy services.
         
         71530000 - Construction consultancy services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Essex Fire Authority is proposing to construct a new vehicle workshop building at their headquarters site in Essex. The tender is for Consultancy Services providing Project Management, Quantity Surveying, Lead Consultant and Contract Administration roles in order to assist in the procurement and management of a Design Team and Principal Contractor. Further details are included in the Procurement Strategy Document which may be found at www.delta-esourcing.com using access code FSHSF97DC Once appointed you will be required to procure both the Design Team and Contractor for the project and to manage these from planning to project completion. For reasons of consistency this contract has not been divided into lots.

Fire Authority has adopted Constructionline, a certification service for construction-related contractors, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity. If you are already registered with Constructionline, you will not need to complete our full PQQ — simply supply your Constructionline membership number. Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for Construction Management (Construction project management services), 71540000-5 // 71520000-9 or Quantity surveying services, 71324000-5 or an alternative corresponding work category and have a 100 000 GBP notation value in place. Please contact Pete Bunker – 07808009617 / peter.bunker@capita.co.uk for assistance. Applications not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract notice please contact Darren Lane, 07833483019.         
         Estimated value excluding VAT: 100,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As contained in the procurement documents
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As contained in the procurement documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As contained in the procurement documents
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      The Authority will apply all the offences listed in Article 57(1) ) of Directive 2014/24/EU (implemented as Regulation 57(1) of the Public Contract Regulations (PCR) 2015in the UK) and all of the professional misconducts listed at Article 57(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 57 lists.
Candidates who have been convicted of any of the offences under Article 57(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 57(2) may be excluded from being selected to bid at the discretion of the Authority.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the Pre-qualification Questionnaire available within the tender documentation linked o this notice.         
         Minimum Level(s) of standards possibly required:
         Please refer to the Pre-qualification Questionnaire available within the tender documentation linked o this notice.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the Pre-qualification Questionnaire available within the tender documentation linked to this notice.         
         Minimum Level(s) of standards possibly required:
         Please refer to the Pre-qualification Questionnaire available within the tender documentation linked to this notice.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Please refer to the Pre-qualification Questionnaire available within the tender documentation linked to this notice.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 1213-304      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 06/03/2016
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/03/2016
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/04/2016      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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. .Electronic invoicing will be accepted and electronic payment by BACS transfer will be used
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Witham:-Construction-project-management-services./3D84C566Z4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3D84C566Z4
GO-201625-PRO-7715333 TKR-201625-PRO-7715332
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Essex Fire & Rescue Service
      Service Headquarters, Kelvedon Park,, London Road, Rivenhall,, Witham, CM8 3HB, United Kingdom
      Tel. +44 1376576161, Fax. +44 1376310144, Email: john.hindley@essex-fire.gov.uk, URL: www.essex-fire.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 05/02/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Witham: Construction project management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Essex Fire Authority
       Headquarters, Kelvedon Park,, London Road, Rivenhall,, Witham, CM8 3HB, United Kingdom
       Tel. +44 1376576000, Fax. +44 1370310144, Email: mark.tolladay@essex-fire.gov.uk
       Contact: As above - NUTS Code UKH3
       Main Address: www.essex-fire.gov.uk, Address of the buyer profile: www.essex-fire.gov.uk
       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:
      Public order and safety

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Kelvedon Park Phase 3            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71541000 - Construction project management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Essex Fire Authority is proposing to construct a new vehicle workshop building at their headquarters site in Essex. The tender is for Consultancy Services providing Project Management, Quantity Surveying, Lead Consultant and Contract Administration roles in order to assist in the procurement and management of a Design Team and Principal Contractor. Further detail included in the Procurement Strategy Document. Project duration 48 months. This contract will not be available to other purchasers. For reasons of consistency in delivery this opportunity has not been divided into lots. Period of Works start and end dates are indicative only and mat be subject to change. The duration of the contract is 48 months.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 170,450
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71541000 - Construction project management services.
            71315200 - Building consultancy services.
            71530000 - Construction consultancy services.


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

      II.2.4) Description of the procurement: Essex Fire Authority is proposing to construct a new vehicle workshop building at their headquarters site in Essex. The tender is for Consultancy Services providing Project Management, Quantity Surveying, Lead Consultant and Contract Administration roles in order to assist in the procurement and management of a Design Team and Principal Contractor.

      II.2.5) Award criteria:
      Quality criterion - Name: Cost / Weighting: 60
      Quality criterion - Name: Provision of services / Weighting: 40
                  
      Cost criterion - Name: Criterion 1 / Weighting: 60
            

      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: 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: 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: 15/07/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         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: No
         
         Contractor (No.1)
             Focus Consultants
             Focus House, Millennium Way West, Phoenix Business Park, Nottingham, NG8 6AS, United Kingdom
             NUTS Code: UKH3
            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: Not Provided          
         Total value of the contract/lot: 170,450
         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. .Electronic invoicing will be accepted and electronic payment by BACS transfer will be used
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=210850621

   VI.4) Procedures for review

      VI.4.1) Review body
          Essex Fire & Rescue Service
          Service Headquarters, Kelvedon Park,, London Road, Rivenhall,, Witham, CM8 3HB, United Kingdom
          Tel. +44 1376576161, Fax. +44 1376310144, Email: john.hindley@essex-fire.gov.uk
          Internet address: www.essex-fire.gov.uk

      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: 18/07/2016