Sovini Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Development Consultancy Framework |
Notice type: | Contract Notice |
Authority: | Sovini Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Sovini Group ("Sovini") invites tenders for organisations ("Service Providers") to participate in a 48 month agreement ("the agreement") for the provision of Development Consultancy Services ("Services"). The range of Services to be supplies are detailed within the tender documentation. The Agreement will be used by Sovini and all subsidiaries of Sovini, both current and future. The Agreement may also be accessed by other Contracting Authorities, including other Registered Providers of Social Housing operating across the North-West of England. |
Published: | 14/10/2019 09:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Sovini Ltd, United Kingdom
www.sovini.co.uk, Dunnings Bridge Road, Bootle, L30 4TH, United Kingdom
Tel. +44 1515305552, Email: procurement@sovini.co.uk
Contact: Paul Foster
Main Address: www.sovini.co.uk, Address of the buyer profile: www.sovini.co.uk
NUTS Code: UKD72
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/tenders/UK-UK-Bootle:-Development-consultancy-services./4NT98D5VH6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via 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
Body governed by public law
I.5) Main activity
Social protection
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Development Consultancy Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
73220000 - Development consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Sovini Group ("Sovini") invites tenders for organisations ("Service Providers") to participate in a 48 month agreement ("the agreement") for the provision of Development Consultancy Services ("Services"). The range of Services to be supplies are detailed within the tender documentation. The Agreement will be used by Sovini and all subsidiaries of Sovini, both current and future. The Agreement may also be accessed by other Contracting Authorities, including other Registered Providers of Social Housing operating across the North-West of England.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
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: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Programme and Project Management
Lot No: 1
II.2.2) Additional CPV codes:
73220000 - Development consultancy services.
71315300 - Building surveying services.
79313000 - Performance review services.
71324000 - Quantity surveying services.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Scope of Services likely to be required includes, but no limited to :Building surveying services, Clerk of works services, Compliance with planning and building regulations including topographical surveys, Contract administration services, Contract drafting and provisional contract advice, Contract procurement and documentation, Cost planning, control and reporting (including budgeting and cashflow forecasting), Defects Diagnosis/Building Pathology, Employers agent services, Feasibility reports, Party wall surveys, obligations and agreements, Performance monitoring and reporting, Preparatory surveys, Programme planning, Project management services, Quantity surveying services
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: 1,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework to be re re-tendered before the 48 months has exceeded
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/4NT98D5VH6
II.2) Description Lot No. 2
II.2.1) Title: Architectural
Lot No: 2
II.2.2) Additional CPV codes:
73220000 - Development consultancy services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71223000 - Architectural services for building extensions.
71241000 - Feasibility study, advisory service, analysis.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Scope of Services likely to be required, but is not limited to: Alterations and extensions, Architectural and drafting services, Building regulation applications, Computer generated drawings and images 2D/3D, Feasibility reports, Flat conversions, Housing Quality Indicator (HQI) Survey, Planning application and appeal, Planning designs and applications, Refurbishments, Residential new build, Working details
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: 630,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework to be re re-tendered before the 48 months has exceeded
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: Structural
Lot No: 3
II.2.2) Additional CPV codes:
73220000 - Development consultancy services.
71325000 - Foundation design services.
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Scope of Services likely to be required includes, but is not limited to: Foundation advice, New build and refurbishment, Repairs, Road, sewers, drainage design and advice, Specialist capability in historic and listed buildings, Structural inspections, Structural investigations, Structural reports and advice
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: 150,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework to be re re-tendered before the 48 months has exceeded
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: Valuations
Lot No: 4
II.2.2) Additional CPV codes:
73220000 - Development consultancy services.
70320000 - Land rental or sale services.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Scope of Services likely to be required includes, but is not limited to: Market value of land/property for acquisition/disposal purposes, Market value of sale plots (for disposal purpose), Market rental values for new rental plots, Reinstatement costs for new plots for insurance purposes, Market value for resale of shared ownership homes, Market value of shared ownership homes for stair casing purposes, Revaluations of market rent portfolio, Revaluations of affordable rent portfolio, Valuations of homes to be disposed of via Right to Buy and Right to Acquire, Valuation of freehold interest, Compensation valuation in cases where we wish to acquire property from leaseholders (i.e. market value and statutory home loss/disturbance payments)
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: 100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework to be re re-tendered before the 48 months has exceeded
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: Service Providers bidding for LOT 4 must ensure that they hold The Royal Institution of Chartered Surveyors (RICS) accreditation, i.e. valuations must be completed by RICS qualified surveyors and conducted in accord with the RICS Valuation – Professional Standards (the ‘Red Book’). This will be assessed on a Pass/Fail basis.
II.2) Description Lot No. 5
II.2.1) Title: : Principal Designer
Lot No: 5
II.2.2) Additional CPV codes:
73220000 - Development consultancy services.
72224000 - Project management consultancy services.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Scope of services likely to be required includes, but is not limited to: Provision of Principle Designer consultancy services to Sovini in compliance with the requirements of the Construction (Design & Management) Regulations 2015. Expectation is that when appointed the Service Provider’s role shall be to plan, manage and monitor the pre-construction phase and co-ordinate health & safety.
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: 70,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework to be re re-tendered before the 48 months has exceeded
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
List and brief description of selection criteria:
As stated within the tender documentation. Service Providers bidding for LOT 4 must ensure that they hold The Royal Institution of Chartered Surveyors (RICS) accreditation, i.e. valuations must be completed by RICS qualified surveyors and conducted in accord with the RICS Valuation – Professional Standards (the ‘Red Book’). This will be assessed on a Pass/Fail basis.
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: 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: 14/11/2019 Time: 12:30
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
IV.2.7) Conditions for opening of tenders:
Date: 14/11/2019
Time: 12:30
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years from award of contract
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bootle:-Development-consultancy-services./4NT98D5VH6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4NT98D5VH6
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, Strand House, London, WC2A ZLL, United Kingdom
Tel. +44 1515305552
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Sovini will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the framework agreement before it is executed/signed.
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: 14/10/2019
Annex A
View any Notice Addenda
UK-Bootle: Development consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Sovini Ltd, United Kingdom
www.sovini.co.uk, Dunnings Bridge Road, Bootle, L30 4TH, United Kingdom
Tel. +44 1515305552, Email: procurement@sovini.co.uk
Contact: Paul Foster
Main Address: www.sovini.co.uk, Address of the buyer profile: www.sovini.co.uk
NUTS Code: UKD72
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Development Consultancy Framework Reference number: Not Provided
II.1.2) Main CPV code:
73220000 - Development consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Sovini Group ("Sovini") invites tenders for organisations ("Service Providers") to participate in a 48 month agreement ("the agreement") for the provision of Development Consultancy Services ("Services"). The range of Services to be supplies are detailed within the tender documentation. The Agreement will be used by Sovini and all subsidiaries of Sovini, both current and future. The Agreement may also be accessed by other Contracting Authorities, including other Registered Providers of Social Housing operating across the North-West of England.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 24/01/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 232776
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 14/10/2019
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: II.1.4
Instead of: n/a
Read: The DPS may be used by all Registered Providers of Social Housing, Local Authorities and all other contracting authorities that are located in the United Kingdom including those listed in the links below.
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://gov.wales/registered-social-landlords
https://directory.scottishhousingregulator.gov.uk/pages/Landlord%20search.aspx
https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/791684/List_of_councils_in_England_2019.pdf
Click the link below to search for a local authority have a direct link to the council’s website for further details.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
Other Contracting authorities wishing to utilise the Dynamic Purchasing System (“DPS”) will incur an access fee which will be confirmed to the customer on application.
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-Bootle:-Development-consultancy-services./4NT98D5VH6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4NT98D5VH6
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Sovini Ltd, United Kingdom
www.sovini.co.uk, Dunnings Bridge Road, Bootle, L30 4TH, United Kingdom
Tel. +44 1515305552, Email: procurement@sovini.co.uk
Contact: Paul Foster
Main Address: www.sovini.co.uk, Address of the buyer profile: www.sovini.co.uk
NUTS Code: UKD72
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:
Body governed by public law
I.5) Main activity:
Social protection
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Development Consultancy Framework
Reference number: Not Provided
II.1.2) Main CPV code:
73220000 - Development consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Sovini Group ("Sovini") invites tenders for organisations ("Service Providers") to participate in a 48 month agreement ("the agreement") for the provision of Development Consultancy Services ("Services"). The range of Services to be supplies are detailed within the tender documentation. The Agreement will be used by Sovini and all subsidiaries of Sovini, both current and future. The Agreement may also be accessed by other Contracting Authorities, including other Registered Providers of Social Housing operating across the North-West of England.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,500,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Programme and Project Management
Lot No:1
II.2.2) Additional CPV code(s):
73220000 - Development consultancy services.
71315300 - Building surveying services.
79313000 - Performance review services.
71324000 - Quantity surveying services.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Scope of Services likely to be required includes, but no limited to :Building surveying services, Clerk of works services, Compliance with planning and building regulations including topographical surveys, Contract administration services, Contract drafting and provisional contract advice, Contract procurement and documentation, Cost planning, control and reporting (including budgeting and cashflow forecasting), Defects Diagnosis/Building Pathology, Employers agent services, Feasibility reports, Party wall surveys, obligations and agreements, Performance monitoring and reporting, Preparatory surveys, Programme planning, Project management services, Quantity surveying services
II.2.5) Award criteria:
Not Provided
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/4NT98D5VH6
II.2) Description (lot no. 2)
II.2.1) Title:Architectural
Lot No:2
II.2.2) Additional CPV code(s):
73220000 - Development consultancy services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71223000 - Architectural services for building extensions.
71241000 - Feasibility study, advisory service, analysis.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Scope of Services likely to be required, but is not limited to: Alterations and extensions, Architectural and drafting services, Building regulation applications, Computer generated drawings and images 2D/3D, Feasibility reports, Flat conversions, Housing Quality Indicator (HQI) Survey, Planning application and appeal, Planning designs and applications, Refurbishments, Residential new build, Working details
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 3)
II.2.1) Title:Structural
Lot No:3
II.2.2) Additional CPV code(s):
73220000 - Development consultancy services.
71325000 - Foundation design services.
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Scope of Services likely to be required includes, but is not limited to: Foundation advice, New build and refurbishment, Repairs, Road, sewers, drainage design and advice, Specialist capability in historic and listed buildings, Structural inspections, Structural investigations, Structural reports and advice
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 4)
II.2.1) Title:Valuations
Lot No:4
II.2.2) Additional CPV code(s):
73220000 - Development consultancy services.
70320000 - Land rental or sale services.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Scope of Services likely to be required includes, but is not limited to: Market value of land/property for acquisition/disposal purposes, Market value of sale plots (for disposal purpose), Market rental values for new rental plots, Reinstatement costs for new plots for insurance purposes, Market value for resale of shared ownership homes, Market value of shared ownership homes for stair casing purposes, Revaluations of market rent portfolio, Revaluations of affordable rent portfolio, Valuations of homes to be disposed of via Right to Buy and Right to Acquire, Valuation of freehold interest, Compensation valuation in cases where we wish to acquire property from leaseholders (i.e. market value and statutory home loss/disturbance payments)
II.2.5) Award criteria:
Not Provided
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: Service Providers bidding for LOT 4 must ensure that they hold The Royal Institution of Chartered Surveyors (RICS) accreditation, i.e. valuations must be completed by RICS qualified surveyors and conducted in accord with the RICS Valuation – Professional Standards (the ‘Red Book’). This will be assessed on a Pass/Fail basis.
II.2) Description (lot no. 5)
II.2.1) Title:: Principal Designer
Lot No:5
II.2.2) Additional CPV code(s):
73220000 - Development consultancy services.
72224000 - Project management consultancy services.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Scope of services likely to be required includes, but is not limited to: Provision of Principle Designer consultancy services to Sovini in compliance with the requirements of the Construction (Design & Management) Regulations 2015. Expectation is that when appointed the Service Provider’s role shall be to plan, manage and monitor the pre-construction phase and co-ordinate health & safety.
II.2.5) Award criteria:
Not Provided
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 201-488622
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: Programme and Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 13
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Wilkinson Cowan, 07123292
Stanley House, 15 Ladybridge Road, Cheadle Hulme, SK8 5BL, United Kingdom
NUTS Code: UKD63
The contractor is an SME: Yes
Contractor (No.2)
AA Projects Ltd, N/A
1 Pilkington Court, Sinclair Way, Prescot Buisness Park, Prescot, L34 1QG, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.3)
Savills UK Ltd, N/A
8 Princes Parade, Princes Dock, Liverpool, L3 1DL, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.4)
Markhams, 03336682
4 Merchants Place, Century Building, Tower Street, Liverpool, L3 4BJ, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.5)
Nichol Thomas, N/A
Heyside House, Blackshaw Lane, Royton, Oldham, OL2 6NS, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.6)
WYG Management Services Ltd, N/A
Walker House, 7th Floor, Exchange Flags, Liverpool, L2 3YL, United Kingdom
NUTS Code: UKD72
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: 1,400,000
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: Architectural
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 17
Number of tenders received from SMEs: 17 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 17
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bernard Taylor Partnerships Ltd, 04168609
Elizabeth House, 486 Didsbury Road, 48 Gladstone Grove, Stockport, SK4 3BS, United Kingdom
NUTS Code: UKD35
The contractor is an SME: Yes
Contractor (No.2)
Michael Dyson Associates Ltd, 02903668
West House, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
NUTS Code: UKE
The contractor is an SME: Yes
Contractor (No.3)
AEW Architects & Designers Ltd, 07274573
The Zenith Building, Spring Gardens, Manchester, M2 1AB, United Kingdom
NUTS Code: UKD33
The contractor is an SME: Yes
Contractor (No.4)
Condy & Lofthouse Ltd (CLA), 03482670
24 Derby Road, Liverpool, L5 9PR, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.5)
Paddock Johnson Partnership Limited, 06684275
Studion 2, The Lyceum, Bath Street, Port Sunlight, Wirral, CH62 4UJ, United Kingdom
NUTS Code: UKD74
The contractor is an SME: Yes
Contractor (No.6)
BYA Ltd, 03528063
Alina House, 10 St.Vincent Street, Liverpool, l3 5xw, United Kingdom
NUTS Code: UKD72
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: 630,000
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
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Shape Consulting Engineers Ltd, 10275307
Amber House, Green Lane, Old Swan, Liverpool, L13 7GD, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.2)
Sutcliffe Projects Ltd, 04287238
18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.3)
Curtins Consulting Limited, 02054159
51-55 Tithebarn Street, Liverpool, LS2 2SB, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.4)
Alan Johnston Partnership LLP, OC394381
4th Floor, 1 Dale Street, Liverpool, L2 2ET, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.5)
Vetrix Management Ltd, N/A
Granite Building, 6 Stanley Street, Knowsley, Liverpool, L1 6AF, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.6)
Wardell Armstrong LLP, OC307138
Sir Henry Doulton House, Forge Lane, Etruria, Staffordshire, ST1 5BD, United Kingdom
NUTS Code: UKG24
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: 150,000
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: Valuations
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Aspin and Company Limited, N/A
Office CP00070, Cheethams Mill, Park Street, Stalybridge, Cheshire, SK15 2BT, United Kingdom
NUTS Code: UKD6
The contractor is an SME: Yes
Contractor (No.2)
Affordable Housing Consultancy Ltd, 06871644
31 Bucklow Gardens, Lymm, Cheshire, WA13 9RN, United Kingdom
NUTS Code: UKD6
The contractor is an SME: Yes
Contractor (No.3)
Jones Lang LaSalle Ltd, N/A
1 Piccadilly Gardens, Manchester, M1 1RG, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.4)
Thomson Associates Chartered Surveyors, N/A
Rosetti Place, 6 Lower Byrom Street, Manchester, M3 4AP, United Kingdom
NUTS Code: UKD36
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: 100,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Principal Designer
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 16
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Markhams, 03336682
4 Merchants Place, Century Building, Tower Street, Liverpool, L3 4BJ, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.2)
Wilkinson Cowan Partnership, 07123292
Stanley House, 15 Ladybridge Road, Cheadle Hulme, SK8 5BL, United Kingdom
NUTS Code: UKD6
The contractor is an SME: Yes
Contractor (No.3)
Paddock Johnson Partnership Limited, 06684275
Studio 2, The Lyceum, Bath Street, Port Sunlight, Wirral, CH62 4UJ, United Kingdom
NUTS Code: UKD74
The contractor is an SME: Yes
Contractor (No.4)
Rider Levett Bucknall UK Limited, N/A
8 Princes Parade, Princes Dock, Liverpool, L3 1DL, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.5)
AA Projects Ltd, N/A
1 Pilkington Court, Sinclair Way, Prescot Buisness Park, Prescot, L34 1QG, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.6)
Michael Dyson Associates Ltd, 02903668
West House, Meltham Road, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
NUTS Code: UKE4
The contractor is an SME: Yes
Contractor (No.7)
WYG Management Services Limited, N/A
Walker House, 7th Floor, Exchange Flags, Liverpool, L2 3YL, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.8)
Sutcliffe Projects Ltd, 04287238
18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
NUTS Code: UKD72
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: 70,000
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=478249801
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Court of Justice, Strand House, London, WC2A ZLL, United Kingdom
Tel. +44 1515305552
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Sovini will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the framework agreement before it is executed/signed.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 09/03/2020