ForHousing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Consultants Service Framework Agreement |
Notice type: | Contract Notice |
Authority: | ForHousing |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | ForHousing 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 consultancy services. The Framework Agreement will be divided into 4 Lots as follows: Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying Lot 2 - Architects for new build and refurbishment work Lot 3 - Structural Engineers & Ground Investigation Services Lot 4 - Mechanical & Electrical Consultant Services |
Published: | 03/10/2022 17:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: procurement@forhousing.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk/, Address of the buyer profile: https://www.forhousing.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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Building-consultancy-services./HT8375T4UV
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 Service Framework Agreement
Reference Number: Consultants/Sept22/TH
II.1.2) Main CPV Code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: ForHousing 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 consultancy services.
The Framework Agreement will be divided into 4 Lots as follows:
Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying
Lot 2 - Architects for new build and refurbishment work
Lot 3 - Structural Engineers & Ground Investigation Services
Lot 4 - Mechanical & Electrical Consultant Services
II.1.5) Estimated total value:
Value excluding VAT: 280,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 4
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: Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying
Lot No: 1
II.2.2) Additional CPV codes:
71541000 - Construction project management services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying.
Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:
(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;
(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)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 ForHousing 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.
Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.
The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’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: 80
Cost criterion - Name: Pricing / Weighting: 20
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: 5
/ 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: No
Identification of the project: Not provided
II.2.14) Additional information: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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.
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 Architectural Services for new build and refurbishment.
Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:
(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;
(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)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 ForHousing 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.
Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.
The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’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: 80
Cost criterion - Name: Pricing / Weighting: 20
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: 5
/ 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: No
Identification of the project: Not provided
II.2.14) Additional information: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
II.2) Description Lot No. 3
II.2.1) Title: Structural Engineers & Ground Investigation 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 Structural Engineers & Ground Investigation Services.
Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:
(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;
(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)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 ForHousing 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.
Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.
The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’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: 80
Cost criterion - Name: Pricing / Weighting: 20
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: 5
/ 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: No
Identification of the project: Not provided
II.2.14) Additional information: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
II.2) Description Lot No. 4
II.2.1) Title: Mechanical & Electrical Consultant Services
Lot No: 4
II.2.2) Additional CPV codes:
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for Mechanical & Electrical Consultant Services.
Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:
(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;
(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii)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 ForHousing 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.
Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.
The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’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: 80
Cost criterion - Name: Pricing / Weighting: 20
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: 5
/ 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: No
Identification of the project: Not provided
II.2.14) Additional information: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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) :
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
As set out in the tender documentation
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: 09/11/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/11/2022
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: In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire (SQ) and the tender documents are being made available to Applicants via the Delta portal from the date of issue of this Notice. However, as ForHousing is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).
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./HT8375T4UV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HT8375T4UV
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:
Royal Courts of Justice in the Strand
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 03/10/2022
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: procurement@forhousing.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk/, Address of the buyer profile: https://www.forhousing.co.uk/
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Consultants Service Framework Agreement Reference number: Consultants/Sept22/TH
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: ForHousing 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 consultancy services.
The Framework Agreement will be divided into 4 Lots as follows:
Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying
Lot 2 - Architects for new build and refurbishment work
Lot 3 - Structural Engineers & Ground Investigation Services
Lot 4 - Mechanical & Electrical Consultant Services
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 04/10/2022
VI.6) Original notice reference:
Notice Reference: 2022 - 523145
Notice number in OJ S: 2022/S 000 - 027759
Date of dispatch of the original notice: 03/10/2022
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: I.1
Lot No: Not provided
Place of text to be modified: Section I: Notice is suitable for SMEs
Instead of: Section I: Notice is not suitable for SMEs
Read: Section I: Notice is suitable for SMEs
VII.2) Other additional information: In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire (SQ) and the tender documents are being made available to Applicants via the Delta portal from the date of issue of this Notice. However, as ForHousing is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).
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./HT8375T4UV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HT8375T4UV