Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Wave 12 Free Schools Technical Advisory and Project Management Services |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Education Funding Agency (“EFA”) is procuring to appoint suppliers to a framework to support thedelivery of the Free Schools programme. This will include Project Management services on a national basisand Technical Advisory services in two regions, North and South. The EFA is the executive agency of the Department for Education (“DfE”) responsible for funding. This includes supporting the delivery of schoolscapital projects, including Free Schools. |
Published: | 04/11/2016 18:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Education Funding Agency
Sixth Floor, Sanctuary Buildings, Great Smith Street, 20 Great Smith Street, London, SW1P 3BT, United Kingdom
Email: mark.BIRRELL@education.gov.uk
Contact: Mark Birrell
Main Address: https://www.gov.uk/government/organisations/education-funding-agency
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-related-services./SW47796UUC
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Wave 12 Free Schools Technical Advisory and Project Management Services
Reference Number: Not provided
II.1.2) Main CPV Code:
71500000 - Construction-related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Education Funding Agency (“EFA”) is procuring to appoint suppliers to a framework to support thedelivery of the Free Schools programme. This will include Project Management services on a national basisand Technical Advisory services in two regions, North and South. The EFA is the executive agency of the Department for Education (“DfE”) responsible for funding. This includes supporting the delivery of schoolscapital projects, including Free Schools.
II.1.5) Estimated total value:
Value excluding VAT: 12,500,000
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: 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: Technical Advisory Services to the North
Lot No: 1
II.2.2) Additional CPV codes:
71621000 - Technical analysis or consultancy services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71541000 - Construction project management services.
71540000 - Construction management services.
79410000 - Business and management consultancy services.
79994000 - Contract administration services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The EFA envisages appointing up to 4 suppliers to provide Technical Advisory services to the North of England.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The EFA shall have the option to extend the duration of the framework agreement by up to two further periods of12 months, for a total period of up to four years. The anticipated framework commencement date is April 2017.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The EFA shall have the option to extend the duration of the framework agreement as in II.2.7
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: Technical Advisory Services to the South
Lot No: 2
II.2.2) Additional CPV codes:
71621000 - Technical analysis or consultancy services.
71500000 - Construction-related services.
71600000 - Technical testing, analysis and consultancy services.
71541000 - Construction project management services.
71540000 - Construction management services.
79410000 - Business and management consultancy services.
79994000 - Contract administration services.
II.2.3) Place of performance:
UKH3 Essex
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
UKH1 East Anglia
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: The EFA envisages appointing up to 8 suppliers to provide Technical Advisory services to the South of England.
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: 80,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The EFA shall have the option to extend the duration of the framework agreement by up to two further periods of12 months, for a total period of up to four years. The anticipated framework commencement date is April 2017.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The EFA shall have the option to extend the duration of the framework agreement as in II.2.7
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: Project Management Services nationwide
Lot No: 3
II.2.2) Additional CPV codes:
71541000 - Construction project management services.
71500000 - Construction-related services.
71520000 - Construction supervision services.
71521000 - Construction-site supervision services.
71530000 - Construction consultancy services.
71540000 - Construction management services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The EFA envisages appointing up to 10 suppliers to provide Project Management services on a National basis to support the delivery of the Free Schools Programme.
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: 16,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The EFA shall have the option to extend the duration of the framework agreement by up to two further periods of12 months, for a total period of up to four years. The anticipated framework commencement date is April 2017.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The EFA shall have the option to extend the duration of the framework agreement as in II.2.7
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:
The successful candidates will be required to maintain insurance of the types and in the amounts set out in the framework agreement, available from the above-mentioned contact point.
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
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 several operators
Envisaged maximum number of participants to the framework agreement: 22
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: 2016/S 206 - 372893
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/12/2016 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 21/12/2016
Time: 12:00
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 welcomes expressions of interest from consortia. No particular legal form is requiredat the time of submission of expressions of interest or tenders. The contracting authority reserves theright,however, to require consortia to form a legal entity prior to the execution of the framework agreement or to require that each party to the consortium undertakes joint and several liability for the delivery of the framework agreement and contracts issued under it.
Purchases from the framework may be made by the EFA, the Secretary of State for Education, LocatED Property Limited or any other body owned or controlled for the time being by any of the above.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-related-services./SW47796UUC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SW47796UUC
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, 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
Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 04/11/2016
Annex A