Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | EFDC Council House Building Programme – Consultant Framework |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Authority is seeking to procure two “Single Provider Frameworks" comprising a multi-disciplinary design team (MDDT) (Lot 1) & Employer’s Agent & Cost Consultant (Lot 2) to support the delivery of the Authority’s “Council House Building Programme” (CHBP). Consultants will be expected to work as part of an integrated project team to deliver the programme. The estimated construction value over the duration of the framework is 20M GBP and the value of services 3M GBP. However, this may increase if other authorities access the Framework. This is reflected at II.1.5. |
Published: | 22/01/2018 20:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Epping Forest District Council
Civc Centre, High Street, Epping, CM16 4BZ, United Kingdom
Tel. +44 1732600500, Email: neil.thody@camerons.uk.com
Main Address: http://www.eppingforestdc.gov.uk/
NUTS Code: UKH3
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-Epping:-Construction-consultancy-services./9496UVW7KA
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
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: EFDC Council House Building Programme – Consultant Framework
Reference Number: 10237-1
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority is seeking to procure two “Single Provider Frameworks" comprising a multi-disciplinary design team (MDDT) (Lot 1) & Employer’s Agent & Cost Consultant (Lot 2) to support the delivery of the Authority’s “Council House Building Programme” (CHBP). Consultants will be expected to work as part of an integrated project team to deliver the programme. The estimated construction value over the duration of the framework is 20M GBP and the value of services 3M GBP. However, this may increase if other authorities access the Framework. This is reflected at II.1.5.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
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: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may apply for one lot only. This rule also applies to organisations with subsidiary companies, insofar as, only one company within a group of companies may bid for one lot only.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Multi-Disciplinary Design Team
Lot No: 1
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71300000 - Engineering services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71322000 - Engineering design services for the construction of civil engineering works.
71314310 - Heating engineering services for buildings.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The Authority is seeking a Multi-Disciplinary Design Team (MDDT) that will fulfil the role of Lead Consultant/Principal Designer on each project called-off under the framework. The Authority reserves the right to adopt either single stage or two stage tendering with a further option for novation of the design team to the Contractor. In the case of single stage, the MDDT will provide design services up to the end of RIBA Plan of Work Stage 3 – Outline Design and for two stage, up to the end of RIBA Plan of Work Stage 4 - Technical Design.
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: 3,000,000
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.2.10) 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. 2
II.2.1) Title: Lot 2 - Employer's Agent/Cost Consultant
Lot No: 2
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71541000 - Construction project management services.
71324000 - Quantity surveying services.
71521000 - Construction-site supervision services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The Authority is seeking an Employer’s Agent/Cost Consultant (EA/CC) on each project called-off under the framework. The EA/CC will provide full Employer’s Agent and Cost Consultancy Services for all RIBA Plan of Work Stages 0-7. Projects will be procured under JCT Design & Build Contract 2016 using either a single or two stage design and build approach.
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: 48
This contract is subject to renewal: No
Description of renewals: 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:
Applicants will be required to complete a Supplier Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.
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
Successful Tenderers will be required to meet the Authority's minimum requirements as set out in the procurement 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
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: 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: 26/02/2018 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 26/02/2018
Time: 12:00
Place:
Epping Forest District Council
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.The Authority considers that these contracts 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.
Applicants should note that the estimated value of the framework as set out in this notice is based on the Authority’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement.” 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 circumstance, reimburse any expense incurred by Applicants or any third parties in preparing their SQ or tender submissions.
The Framework Agreement will be open to use by the following organisations:
- Epping Forest District Council
- Any Social Housing Provider operating in UK Regions: London, East and South East. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with Homes England (or its successor body)), local authorities and Arms Length Management Organisations. A list of current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Construction-consultancy-services./9496UVW7KA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9496UVW7KA
VI.4) Procedures for review
VI.4.1) Review body:
Epping Forest District Council
Civic Offices, High Street, Epping, CM16 4BZ, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Internet address: http://www.eppingforestdc.gov.uk/
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 22/01/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Epping Forest District Council
Civc Centre, High Street, Epping, CM16 4BZ, United Kingdom
Tel. +44 1732600500, Email: neil.thody@camerons.uk.com
Main Address: http://www.eppingforestdc.gov.uk/
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: EFDC Council House Building Programme – Consultant Framework
Reference number: 10237-1
II.1.2) Main CPV code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority is seeking to procure two “Single Provider Frameworks" comprising a multi-disciplinary design team (MDDT) (Lot 1) & Employer’s Agent & Cost Consultant (Lot 2) to support the delivery of the Authority’s “Council House Building Programme” (CHBP). Consultants will be expected to work as part of an integrated project team to deliver the programme. The estimated construction value over the duration of the framework is 20M GBP and the value of services 3M GBP. However, this may increase if other authorities access the Framework. This is reflected at II.1.5.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 5,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - Multi-Disciplinary Design Team
Lot No:1
II.2.2) Additional CPV code(s):
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71300000 - Engineering services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71322000 - Engineering design services for the construction of civil engineering works.
71314310 - Heating engineering services for buildings.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The Authority is seeking a Multi-Disciplinary Design Team (MDDT) that will fulfil the role of Lead Consultant/Principal Designer on each project called-off under the framework. The Authority reserves the right to adopt either single stage or two stage tendering with a further option for novation of the design team to the Contractor. In the case of single stage, the MDDT will provide design services up to the end of RIBA Plan of Work Stage 3 – Outline Design and for two stage, up to the end of RIBA Plan of Work Stage 4 - Technical Design.
II.2.5) Award criteria:
Cost criterion - Name: Percentage Fee Schedule / Weighting: 35
Cost criterion - Name: Time Charge Fee Schedule / Weighting: 5
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
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Employer's Agent/Cost Consultant
Lot No:2
II.2.2) Additional CPV code(s):
71530000 - Construction consultancy services.
71541000 - Construction project management services.
71324000 - Quantity surveying services.
71521000 - Construction-site supervision services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The Authority is seeking an Employer’s Agent/Cost Consultant (EA/CC) on each project called-off under the framework. The EA/CC will provide full Employer’s Agent and Cost Consultancy Services for all RIBA Plan of Work Stages 0-7. Projects will be procured under JCT Design & Build Contract 2016 using either a single or two stage design and build approach.
II.2.5) Award criteria:
Cost criterion - Name: Percentage Fee Schedule / Weighting: 35
Cost criterion - Name: Time Charge Fee Schedule / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: 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: Not Provided
Lot Number: 1
Title: Multi-Disciplinary Design Team
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/10/2018
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
ECD Architects Ltd
Studio 3 Bluelion Place, 237 Long Lane, London, SE1 4PU, United Kingdom
NUTS Code: UKI
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: 3,000,000
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: Employer's Agent/Cost Consultant
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/10/2018
V.2.2) Information about tenders
Number of tenders received: 5
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: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Airey Miller Limited
Ground Floor, St John's House, Suffolk Way, Sevenoaks, Kent, TN13 1YL, United Kingdom
NUTS Code: UKJ4
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: 2,000,000
Total value of the contract/lot: 2,000,000
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 Framework Agreement will be open to use by the following organisations:
- Epping Forest District Council
- Any Social Housing Provider operating in UK Regions: London, East and South East. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with Homes England (or its successor body)), local authorities and Arms Length Management Organisations. A list of current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=348202972
VI.4) Procedures for review
VI.4.1) Review body
Epping Forest District Council
Civic Offices, High Street, Epping, CM16 4BZ, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Internet address: http://www.eppingforestdc.gov.uk/
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice: 25/10/2018