Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Stonewater Employer's Agent Framework (Eastern Region) |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Stonewater Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years. The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes and/or refurbishment under a design and build programme (both single and two stage tendering). The framework is being established to cover the “Eastern Region” as detailed in this notice. In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The Framework Value is estimated between 1,500,000 and 2,000,000 GBP. |
Published: | 22/03/2017 13:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Ltd
3rd Floor, 100 Longwater Avenue,, Green Park Business Centre,, Reading, RG2 6GP, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.stonewater.org/
NUTS Code: UKH
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-Reading:-Construction-consultancy-services./469GD94U7N
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: Stonewater Employer's Agent Framework (Eastern Region)
Reference Number: T10285/1
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Stonewater Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years. The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes and/or refurbishment under a design and build programme (both single and two stage tendering). The framework is being established to cover the “Eastern Region” as detailed in this notice. In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The Framework Value is estimated between 1,500,000 and 2,000,000 GBP.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71315200 - Building consultancy services.
71324000 - Quantity surveying services.
71317210 - Health and safety consultancy services.
71541000 - Construction project management services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
II.2.4) Description of procurement: Stonewater Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years. The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes under a design and build programme (both single and two stage tendering). In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided within the procurement documentation. The Authority intends awarding up to four places onto the framework, subject to the Applicant achieving the minimum threshold score as set out in the Selection Questionnaire (SQ) and achieving one of the top 4 scores against the award criteria.
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: The Authority is establishing this framework on behalf of others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
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 Selection Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts
Regulations 2015. 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
The Framework Agreement and Call-Off Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.
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 several operators
Envisaged maximum number of participants to the framework agreement: 4
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: 2016/S 152 - 275356
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/04/2017 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: 26/04/2017
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Reading:-Construction-consultancy-services./469GD94U7N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/469GD94U7N
VI.4) Procedures for review
VI.4.1) Review body:
Stonewater Ltd
3rd Floor, 100 Longwater Avenue,, Green Park Business Centre,, Reading, RG2 6GP, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.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 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: 22/03/2017
Annex A