Barnet Homes Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Clerk of works Framework for new build social housing |
Notice type: | Contract Notice |
Authority: | Barnet Homes Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The client requires the services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB). The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship. |
Published: | 05/06/2018 14:16 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Barnet Group Ltd (Incorporating Opendoor Homes Ltd)
4th Floor, Barnet House, 1255 High Road, London, N20 0EJ, United Kingdom
Tel. +44 2083594783, Email: procurement@barnethomes.org
Contact: Procurement team
Main Address: https://www.bipsolutions.com
NUTS Code: UKI71
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-site-supervision-services./AB3J939Z3K
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/AB3J939Z3K 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
Other type:: Registerd social landlord under Homes England (and part of the Barnet Group (a LATC))
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Clerk of works Framework for new build social housing
Reference Number: ODH/202/2018/cow
II.1.2) Main CPV Code:
71521000 - Construction-site supervision services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The client requires the services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI71 Barnet
II.2.4) Description of procurement: To set up a framework for services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.
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: 900,000
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: initial 3 year framework with option to extend for a further year
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:
See contract particulars as must have previous experience and submit case studies
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Based on annual spend - at least 2 times the value of that spend divided by 3 (3 consultants to be on the framework)
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
see documents
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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: There are limited companies undertaking this work so go direct to ITT and no pre selection
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: 3
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: 20/06/2018
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:
Until: 21/12/2018
IV.2.7) Conditions for opening of tenders:
Date: 05/07/2018
Time: 12:00
Place:
Barnet House
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 Yes
Electronic payment will be used Yes
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-London:-Construction-site-supervision-services./AB3J939Z3K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AB3J939Z3K
VI.4) Procedures for review
VI.4.1) Review body:
The Barnet Group Ltd
4th Floor, Barnet House, 1255 High Road, Whetstone, N20 0EJ, United Kingdom
Tel. +44 2083594783, Email: procurement@barnethomes.org
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: 05/06/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Barnet Group Ltd (Incorporating Opendoor Homes Ltd)
4th Floor, Barnet House, 1255 High Road, London, N20 0EJ, United Kingdom
Tel. +44 2083594783, Email: procurement@barnethomes.org
Contact: Procurement team
Main Address: https://www.bipsolutions.com
NUTS Code: UKI71
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:
Other type:: Registerd social landlord under Homes England (and part of the Barnet Group (a LATC))
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Clerk of works Framework for new build social housing
Reference number: ODH/202/2018/cow
II.1.2) Main CPV code:
71521000 - Construction-site supervision services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The client requires the services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI71 - Barnet
Main site or place of performance:
Barnet
II.2.4) Description of the procurement: To set up a framework for services of a Clerk of Works (CoW) on New Build sites. These sites are of varying sizes and generally around the London Borough of Barnet (LBB).
The role is to ensure the client is up to date with the works being carried out on site, the Conformity of the Materials with those set out in the Specification and good workmanship.
II.2.5) Award criteria:
Quality criterion - Name: quality return questions / Weighting: 70
Cost criterion - Name: price / 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: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open Accelerated
Justification for the choice of accelerated procedure: There are limited companies undertaking this work so go direct to ITT and no pre selection
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
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: ODH/202/2018/CoW
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 17/07/2018
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 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)
Pellings LLP
24 Wigmore Road, Bromley, BR1 1RY, United Kingdom
NUTS Code: UKJ4
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: 3,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: ODH/202/2018/CoW2
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 17/07/2018
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 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)
Calfordseaden LLP
St Johns House, 1a Knoll rise, Orpington, BR6 0JX, United Kingdom
NUTS Code: UKJ4
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: 3,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: ODH/202/2018/CoW3
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 17/07/2018
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 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)
SilverDCC ltd
80 Cannon Street, London, EC4N 6HL, United Kingdom
NUTS Code: UKI4
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: 3,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: 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=334127247
VI.4) Procedures for review
VI.4.1) Review body
The Barnet Group Ltd
4th Floor, Barnet House, 1255 High Road, Whetstone, N20 0EJ, United Kingdom
Tel. +44 2083594783, Email: procurement@barnethomes.org
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: 19/07/2018