Sovini Ltd: Asset Management Related Consultancy Services - DPS

  Sovini Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Asset Management Related Consultancy Services - DPS
Notice type: Contract Notice
Authority: Sovini Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Sovini invites organisations to participate in a 60 month DPS for Asset Management Related Consultancy Services. The DPS will be accessible by all members of the Sovini Group, both current and future. The DPS can also be accessed by other Contracting Authorities, primarily (but not limited to) including other Registered Providers of Social Housing operating across the North-West of England.
Published: 06/01/2020 09:04
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Bootle: Building services consultancy services.
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:-Building-services-consultancy-services./4M9926DXDP
      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
            Other type:: Property Management and Development Company
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Asset Management Related Consultancy Services - DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315210 - Building services consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Sovini invites organisations to participate in a 60 month DPS for Asset Management Related Consultancy Services. The DPS will be accessible by all members of the Sovini Group, both current and future. The DPS can also be accessed by other Contracting Authorities, primarily (but not limited to) including other Registered Providers of Social Housing operating across the North-West of England.       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 14
      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: Housing Stock Monitoring and Appraisal       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71315300 - Building surveying services.
      71355000 - Surveying services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to - Disposal option surveys, Technical audit, Stock condition surveys, Business Planning, Dilapidation surveys, Schedule of condition, Air Tightness Surveys, Decent home surveys and compliance, Disability access audits, HHSRS surveys and reports, GIS Mapping, Aerial Surveys – i.e. roofing surveys, grounds maintenance, tree surveys
      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: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: 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/4M9926DXDP       
II.2) Description Lot No. 2
      
      II.2.1) Title: Environmental       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90731100 - Air quality management.
      90713000 - Environmental issues consultancy services.
      90714000 - Environmental auditing.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to: Air quality and odour impact assessments, Contaminated land investigation & risk assessment, Contaminated land remediation, Environmental risk assessment and auditing, Sediment and effluent monitoring, Waste classification and disposal advice, Eradication of invasive plant species, Compliance with building and planning regulations – preparation of ecological reports – e.g. bat surveys, Tree management survey
      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: 625,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Building Engineering Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79314000 - Feasibility study.
      79720000 - Investigation services.
      72243000 - Programming services.
      71321400 - Ventilation consultancy services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to: Validation design, Plant audits, Commissioning management, Client training, Commissioning systems, M&E advice, Heating advice, Site surveys, Feasibility studies, Electronic permit to work, Environmental investigations, Programming of works, Electronic O & M documentation, Heating Ventilation Air Conditioning (HVAC) design and installation management, Maintenance service management
      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: 334,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Health & Safety       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to provision of principal designer services, CDM client advisor support and other health and safety related support 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: 217,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: EPC and Pressure Testing       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to activities associated with energy assessments in domestic, communal and commercial settings, with support ranging from conducting tests through to guidance and support where there is identified poor performance or where EPCs have been failed.
      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: 87,500       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Fire Risk & Safety.       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71317100 - Fire and explosion protection and control consultancy services.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to provision of fire risk assessments, fire engineering services and any other relevant activities associated with fire prevention and 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: 417,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Compliance       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71600000 - Technical testing, analysis and consultancy services.
      79420000 - Management-related services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to activities (e.g. defining policy/strategy/management plans, testing, surveys, associated with gas, electrical, asbestos and water hygiene.
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lifts       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      71245000 - Approval plans, working drawings and specifications.
      79212000 - Auditing services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to activities associated with passenger lifts, such as audits, inspections, design specification and setting scope of works.
      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: 50,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Drain/Subsurface surveys       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      71351810 - Topographical services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Including but not limited to: Non-intrusive investigations and direct access survey methods to provide a clear understanding of buried services, utilities and hazards present, Non-intrusive investigations (such a Ground Penetrating Radar), Direct Access (such as CCTV camera), Topographical surveys, CAD drawings and 3d modelling, Underground utility mapping, Drainage Surveys, Invert and cover levels, Drainage runs and gradient, Inspection chambers/access points, Foul / Surface / Combined, Public or Private , Jet vaccing, Re-lining
      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: 21,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: General Practice Surveyor       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      71355000 - Surveying services.
      79311000 - Survey services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: The list of duties is not meant to be exhaustive and additional duties may be required - Damp & Timber Surveys, Measured Surveys, Stock Condition Surveys, Defect Analysis, CAD drawings, Statutory Approvals, Party Wall, Rights to Light
      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: 59,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: Structural Engineer       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      98391000 - Decommissioning services.
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Contracts to be awarded may include a mix of the listed options listed below - Feasbility and Concept Design, Scheme Design, Detailed Structural analysis & Design, Development and Production of Structural Drawings & 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: 625,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 12
      
      II.2.1) Title: Architect       
      Lot No: 12       
      II.2.2) Additional CPV codes:
      79311100 - Survey design services.
      79415200 - Design consultancy services.
      71210000 - Advisory architectural services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Contracts to be awarded may include a mix of the listed options - Assisting the client to prepare a strategic brief, Carrying out feasibility studies and options appraisals, Advising on the need to appoint other professionals to the consultant team, independent client advisers, specialist designers and specialist contractors, Advising on the procurement route, Contributing to the preparation of a project brief, Preparing the concept design, Preparing the detailed design, Preparing planning applications, Preparing applications for statutory approvals, Preparing production information, Preparing tender documentation, Contributing to the assessment of tenders, Reviewing designs prepared by others, Acting as contract administrator, Inspecting the works, Advising on the rectification of defects
      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: 209,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 13
      
      II.2.1) Title: Energy       
      Lot No: 13       
      II.2.2) Additional CPV codes:
      71314000 - Energy and related services.
      71314200 - Energy-management services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Contracts awarded under this DPS Category may include Assistance with Government Funding Initiatives such as ECO/ERDF, Carbon Zero Target by 2050, advice, support and guidelines.
      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: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 14
      
      II.2.1) Title: Gas/Electrical Audits       
      Lot No: 14       
      II.2.2) Additional CPV codes:
      79417000 - Safety consultancy services.
      79212000 - Auditing services.
      51110000 - Installation services of electrical equipment.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Gas -
Contracts awarded under this DPS Category may undertake site inspections of completed gas installation safety checks to validate contractor findings, and that the installation is declared Safe to Use
Review CP12 documentation for the sample properties and identify any non- conformities.

Electrical - Contracts awarded under this DPS Category may undertake site inspections of completed EICR testing to validate findings and any completed remedial works to ensure installation is declared Satisfactory
Review EICR documentation for the sample properties and identify any non- conformities.
      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: 182,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Annual Refresh
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      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: 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    
      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          
      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 - NO        
         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: 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: 07/02/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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:
         Duration in month(s): 60
      
      

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: 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:-Building-services-consultancy-services./4M9926DXDP

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4M9926DXDP
   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:    
    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: 06/01/2020

Annex A


View any Notice Addenda

Asset Management Related Consultancy Services - DPS

UK-Bootle: Building services 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: Asset Management Related Consultancy Services - DPS      Reference number: Not Provided      
   II.1.2) Main CPV code:
      71315210 - Building services consultancy services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Sovini invites organisations to participate in a 60 month DPS for Asset Management Related Consultancy Services. The DPS will be accessible by all members of the Sovini Group, both current and future. The DPS can also be accessed by other Contracting Authorities, primarily (but not limited to) 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: 06/01/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 233736   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 06/01/2020

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: Time Limit for receipt or requests to participate          
         Instead of:
         Date: 07/02/2020         
         Local Time: 12:00          
         Read:
         Date: 07/01/2025         
         Local Time: 12:00                   
   
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:-Building-services-consultancy-services./4M9926DXDP

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4M9926DXDP



Asset Management Related Consultancy Services - DPS

UK-Bootle: Building services 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: Asset Management Related Consultancy Services - DPS      Reference number: Not Provided      
   II.1.2) Main CPV code:
      71315210 - Building services consultancy services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Sovini invites organisations to participate in a 60 month DPS for Asset Management Related Consultancy Services. The DPS will be accessible by all members of the Sovini Group, both current and future. The DPS can also be accessed by other Contracting Authorities, primarily (but not limited to) 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 - 233736   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 20/01/2020

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:-Building-services-consultancy-services./4M9926DXDP

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4M9926DXDP


View Award Notice