Borough Council of King's Lynn & West Norfolk: Project Management & Quantity Surveying Services of Regeneration Projects

  Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Project Management & Quantity Surveying Services of Regeneration Projects
Notice type: Contract Notice
Authority: Borough Council of King's Lynn & West Norfolk
Nature of contract: Services
Procedure: Open
Short Description: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified professional practice to undertake project management services in relation to a range of construction projects within the Borough. Lot 1 and Lot 2 are single supplier frameworks for Lot 1 and Lot 2 will be Project Manager (PM) and Quantity Surveying (QS) Services on a range of projects respectively. It is the intention that the framework agreement will be for an initial 2 years, with provision for an extension, or extensions, of up to two further years in total. The Council has been successful in obtaining government funding for a range of projects, some of which are set to be delivered through the Towns Fund Programme. Within this programme are 2 initial projects where PM & QS Services are required to support the delivery. The 2 projects have a differing range of complexity and value.
Published: 27/04/2023 10:28
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-King's Lynn: Infrastructure works consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Borough Council of King's Lynn & West Norfolk, E07000146
             Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
             Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
             Contact: Procurement Team
             Main Address: https://www.west-norfolk.gov.uk, Address of the buyer profile: https://www.west-norfolk.gov.uk
             NUTS Code: UKH16
      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-King%27s-Lynn:-Infrastructure-works-consultancy-services./5Z9T4M73KS
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Infrastructure-works-consultancy-services./5Z9T4M73KS 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: Project Management & Quantity Surveying Services of Regeneration Projects       
      Reference Number: BCKLWN261
      II.1.2) Main CPV Code:
      71311300 - Infrastructure works consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified professional practice to undertake project management services in relation to a range of construction projects within the Borough. Lot 1 and Lot 2 are single supplier frameworks for Lot 1 and Lot 2 will be Project Manager (PM) and Quantity Surveying (QS) Services on a range of projects respectively. It is the intention that the framework agreement will be for an initial 2 years, with provision for an extension, or extensions, of up to two further years in total.

The Council has been successful in obtaining government funding for a range of projects, some of which are set to be delivered through the Towns Fund Programme. Within this programme are 2 initial projects where PM & QS Services are required to support the delivery. The 2 projects have a differing range of complexity and value.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      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: Professional Services – Lot 1 – Project Management       
      Lot No: Lot1       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      72224000 - Project management consultancy services.
      
      II.2.3) Place of performance:
      UKH16 North and West Norfolk
      
      II.2.4) Description of procurement: Provision of Project Management services on a number of different construction projects with different values and complexities.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60%
                        
            Cost criterion - Name: Price / Weighting: 40%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: 24 more months
      
      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/5Z9T4M73KS       
II.2) Description Lot No. 2
      
      II.2.1) Title: Professional Services – Lot 2 – Quantity Surveying       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      71322100 - Quantity surveying services for civil engineering works.
      71324000 - Quantity surveying services.
      
      II.2.3) Place of performance:
      UKH16 North and West Norfolk
      
      II.2.4) Description of procurement: Provision of Quantity Surveying services to a number of council construction projects.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60%
                        
            Cost criterion - Name: Price / Weighting: 40%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: 24
      
      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       
      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:       
      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    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: 29/05/2023 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/05/2023
         Time: 12:00
      

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 more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Infrastructure-works-consultancy-services./5Z9T4M73KS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5Z9T4M73KS
   VI.4) Procedures for review
   VI.4.1) Review body:
             Borough Council of Kings Lynn and West Norfolk
       Kings Court, Chapel Street, Kings Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200
   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: 27/04/2023

Annex A


View any Notice Addenda

Project Management & Quantity Surveying Services of Regeneration Projects

UK-King's Lynn: Infrastructure works consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Borough Council of King's Lynn & West Norfolk, E07000146
       Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
       Contact: Procurement Team
       Main Address: https://www.west-norfolk.gov.uk, Address of the buyer profile: https://www.west-norfolk.gov.uk
       NUTS Code: UKH16

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Project Management & Quantity Surveying Services of Regeneration Projects      Reference number: BCKLWN261      
   II.1.2) Main CPV code:
      71311300 - Infrastructure works consultancy services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified professional practice to undertake project management services in relation to a range of construction projects within the Borough. Lot 1 and Lot 2 are single supplier frameworks for Lot 1 and Lot 2 will be Project Manager (PM) and Quantity Surveying (QS) Services on a range of projects respectively. It is the intention that the framework agreement will be for an initial 2 years, with provision for an extension, or extensions, of up to two further years in total. The Council has been successful in obtaining government funding for a range of projects, some of which are set to be delivered through the Towns Fund Programme. Within this programme are 2 initial projects where PM & QS Services are required to support the delivery. The 2 projects have a differing range of complexity and value.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 18/05/2023

VI.6) Original notice reference:

   Notice Reference:    2023 - 581156   
   Notice number in OJ S:    2023/S 000 - 012109
   Date of dispatch of the original notice: 27/04/2023

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: IV.2.2)          
         Place of text to be modified: IV.2.2          
         Instead of:
         Date: 29/05/2023         
         Local Time: 12:00          
         Read:
         Date: 06/06/2023         
         Local Time: 12:00                   
   
VII.2) Other additional information: The deadline date have now been extended by a week to 06.06.2023 and the revised Procurement Time Table is in the ITT.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Infrastructure-works-consultancy-services./5Z9T4M73KS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5Z9T4M73KS


View Award Notice

UK-King's Lynn: Infrastructure works consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Borough Council of King's Lynn & West Norfolk, E07000146
       Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
       Contact: Procurement Team
       Main Address: https://www.west-norfolk.gov.uk, Address of the buyer profile: https://www.west-norfolk.gov.uk
       NUTS Code: UKH16

   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: Project Management & Quantity Surveying Services of Regeneration Projects            
      Reference number: BCKLWN261

      II.1.2) Main CPV code:
         71311300 - Infrastructure works consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified professional practice to undertake project management services in relation to a range of construction projects within the Borough. Lot 1 and Lot 2 are single supplier frameworks for Lot 1 and Lot 2 will be Project Manager (PM) and Quantity Surveying (QS) Services on a range of projects respectively. It is the intention that the framework agreement will be for an initial 2 years, with provision for an extension, or extensions, of up to two further years in total. The Council has been successful in obtaining government funding for a range of projects, some of which are set to be delivered through the Towns Fund Programme. Within this programme are 2 initial projects where PM & QS Services are required to support the delivery. The 2 projects have a differing range of complexity and value.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,600,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Professional Services – Lot 1 – Project Management   
      Lot No:Lot1

      II.2.2) Additional CPV code(s):
            71541000 - Construction project management services.
            72224000 - Project management consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKH16 - North and West Norfolk
   
      Main site or place of performance:
      North and West Norfolk
             

      II.2.4) Description of the procurement: Provision of Project Management services on a number of different construction projects with different values and complexities.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60%
                  
      Cost criterion - Name: Price / Weighting: 40%
            

      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/5Z9T4M73KS

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Professional Services – Lot 2 – Quantity Surveying   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            71322100 - Quantity surveying services for civil engineering works.
            71324000 - Quantity surveying services.


      II.2.3) Place of performance
      Nuts code:
      UKH16 - North and West Norfolk
   
      Main site or place of performance:
      North and West Norfolk
             

      II.2.4) Description of the procurement: Provision of Quantity Surveying services to a number of council construction projects.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60%
                  
      Cost criterion - Name: Price / Weighting: 40%
            

      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: 2023/S 000-012109
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Project Management Services of Regeneration Projects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         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)
             Pulse Associates Limited, 07021816
             Ground Floor, The Birkin Building, Ten Broadway, Nottingham, NG1 1PS, United Kingdom
             NUTS Code: UKH16
            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: 1,200,000          
         Total value of the contract/lot: 1,200,000
         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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         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)
             Andrew Morton Associates Ltd, 05682464
             80 Grove Lane, Holt, NR25 6ED, United Kingdom
             NUTS Code: UKH16
            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: 800,000          
         Total value of the contract/lot: 800,000
         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=809029395

   VI.4) Procedures for review

      VI.4.1) Review body
          Borough Council of Kings Lynn and West Norfolk
          Kings Court, Chapel Street, Kings Lynn, PE30 1EX, United Kingdom
          Tel. +44 1553616200

      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: 02/10/2023