ForHousing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Consultants Services Framework Agreement |
Notice type: | Contract Notice |
Authority: | ForHousing |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | ForViva Group Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of new build consultancy services, divided into 4 Lots. Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying. Lot 2 - Architects for new build and refurbishment work. Lot 3 - Structural Engineers Services. Lot 4 - Ground Investigation Services. |
Published: | 26/04/2018 11:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
ForViva Group Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@citywest.org.uk
Contact: The Procurement Team
Main Address: https://www.forviva.co.uk/
NUTS Code: UK
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: Yes.
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-Eccles:-Building-consultancy-services./9NB6933J3S
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Consultants Services Framework Agreement
Reference Number: Consultants/Mar2018
II.1.2) Main CPV Code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: ForViva Group Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of new build consultancy services, divided into 4 Lots.
Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying.
Lot 2 - Architects for new build and refurbishment work.
Lot 3 - Structural Engineers Services.
Lot 4 - Ground Investigation Services.
II.1.5) Estimated total value:
Value excluding VAT: 290,000,000
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: The following entities have the option to call-off contracts with individual framework consultants when required: (i)Forviva and any entity within the Forviva group, which includes City West Housing Trust, Villages Housing Association and ForWorks. (ii)Other Social Housing Providers in the UK, that are in existence now and those that may be in existence in the future. Please see the ITT docs.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying
Lot No: 1
II.2.2) Additional CPV codes:
71541000 - Construction project management services.
72224000 - Project management consultancy services.
71324000 - Quantity surveying services.
71500000 - Construction-related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 80,000,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Architects for new build and refurbishment work
Lot No: 2
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 80,000,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Structural Engineers Services
Lot No: 3
II.2.2) Additional CPV codes:
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £70 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 70,000,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Ground Investigation Services
Lot No: 4
II.2.2) Additional CPV codes:
45111250 - Ground investigation work.
71351500 - Ground investigation services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £60 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 60,000,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some contracts called off under the Framework Agreement during its term may be financed by EU funds
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:
As set out in the tender documentation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As set out in the tender documentation
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 set out in the tender documentation
Minimum level(s) of standards possibly required (if applicable) :
As set out in the tender documentation
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 40
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: 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: 28/05/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/06/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: ForViva reserves the right to cancel the procurement at any time and not to processed with all or part of the Framework Agreement. ForViva will not, under any circumstance, reimburse any expense incurred by bidders in preparing their Selection Questionnaires or tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Building-consultancy-services./9NB6933J3S
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9NB6933J3S
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice in the Strand
London, United Kingdom
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:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 26/04/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
ForViva Group Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@citywest.org.uk
Contact: The Procurement Team
Main Address: https://www.forviva.co.uk/
NUTS Code: UK
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: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Consultants Services Framework Agreement
Reference number: Consultants/Mar2018
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: ForViva Group Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of new build consultancy services, divided into 4 Lots.
Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying.
Lot 2 - Architects for new build and refurbishment work.
Lot 3 - Structural Engineers Services.
Lot 4 - Ground Investigation Services.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 290,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying
Lot No:1
II.2.2) Additional CPV code(s):
71541000 - Construction project management services.
72224000 - Project management consultancy services.
71324000 - Quantity surveying services.
71500000 - Construction-related services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Architects for new build and refurbishment work
Lot No:2
II.2.2) Additional CPV code(s):
71200000 - Architectural and related services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £80 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Structural Engineers Services
Lot No:3
II.2.2) Additional CPV code(s):
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £70 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Ground Investigation Services
Lot No:4
II.2.2) Additional CPV code(s):
45111250 - Ground investigation work.
71351500 - Ground investigation services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of a range of project management, monitoring surveyor, employers agent and quantity surveying services in connection with new build and refurbishment projects.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts with individual framework consultants as and when services are required:
(i)Forviva and any entity within the Forviva group from time to time, which currently includes CWHT, VHA and ForWorks
(ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.
Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework consultants.
The current estimated value of the development works that consultant services will be called off for under this Lot of the Framework Agreement is approximately £60 million, therefore the actual spend with the consultants will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForViva’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some contracts called off under the Framework Agreement during its term may be financed by EU funds
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/11/2018
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 14
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Savills (UK) Limited
33 Margaret Street, London, W1G 0JD, United Kingdom
NUTS Code: UK
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: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Architects for new build and refurbishment work
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/11/2018
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 15
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 15
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bernard Taylor Partnership Ltd
486 Didsbury Road, Stockport, United Kingdom
NUTS Code: UK
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: 80,000,000
Total value of the contract/lot: 80,000,000
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 Engineers Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/11/2018
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
ARP Geotechnical Ltd
5/6 Northwest Business Park, Leeds, United Kingdom
NUTS Code: UK
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: 70,000,000
Total value of the contract/lot: 70,000,000
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: Ground Investigation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/11/2018
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
ARP Geotechnical Ltd
5/6 Northwest Business Park, Leeds, LS6 2QH, United Kingdom
NUTS Code: UK
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: 60,000,000
Total value of the contract/lot: 60,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: ForViva reserves the right to cancel the procurement at any time and not to processed with all or part of the Framework Agreement. ForViva will not, under any circumstance, reimburse any expense incurred by bidders in preparing their Selection Questionnaires or tender submissions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=365170775
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice in the Strand
London, United Kingdom
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
The Cabinet Office
London, United Kingdom
VI.5) Date of dispatch of this notice: 14/12/2018