Torus62 Ltd: Development Consultants Framework

  Torus62 Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Development Consultants Framework
Notice type: Contract Notice
Authority: Torus62 Ltd
Nature of contract: Services
Procedure: Open
Short Description: Torus is a large and diverse organisation, we are simultaneously a landlord, property developer, commercial contractor and social entrepreneur. We manage 40 000 homes, employ 1 500 people with a mission to grow stronger communities. Our vision is clear. We will invest in people, homes, places and futures. Our activities and partnerships contribute to the regeneration of our key heartlands of Liverpool, Warrington, St Helens and further afield across the region. Torus intends to enter into a 4 year Framework Agreement for development consultancy services, split into the following 4 lots: Lot 1: Employers Agent Services Lot 2: Architectural Services Lot 3: Structural Engineering Lot 4: M&E Services and Consultancy The Framework Agreement uses a FAC-1 Framework Alliance Contract which will act as the umbrella agreement and establish the terms and conditions for contract award. The delivery contract will be the Deed of Professional Appointment.
Published: 04/09/2020 16:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-St Helens: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             TORUS62 Limited
             Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
             Tel. +44 7738715942, Email: liam.bedson@torus.co.uk
             Contact: Liam Bedson
             Main Address: http://www.torus.co.uk
             NUTS Code: UKD
      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-St-Helens:-Architectural%2C-construction%2C-engineering-and-inspection-services./U657BBP557
      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: Development Consultants Framework       
      Reference Number: TOR0049
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Torus is a large and diverse organisation, we are simultaneously a landlord, property developer, commercial contractor and social entrepreneur. We manage 40 000 homes, employ 1 500 people with a mission to grow stronger communities. Our vision is clear. We will invest in people, homes, places and futures. Our activities and partnerships contribute to the regeneration of our key heartlands of Liverpool, Warrington, St Helens and further afield across the region. Torus intends to enter into a 4 year Framework Agreement for development consultancy services, split into the following 4 lots:
Lot 1: Employers Agent Services
Lot 2: Architectural Services
Lot 3: Structural Engineering
Lot 4: M&E Services and Consultancy

The Framework Agreement uses a FAC-1 Framework Alliance Contract which will act as the umbrella agreement and establish the terms and conditions for contract award. The delivery contract will be the Deed of Professional Appointment.       
      II.1.5) Estimated total value:
      Value excluding VAT: 25,000,000       
      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: 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: Employers Agent Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: Employers Agent 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: 7,114,000       
      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: Access and respond to this lot please follow: https://www.delta-esourcing.com/respond/U657BBP557       
II.2) Description Lot No. 2
      
      II.2.1) Title: Architectural Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: Architectural 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: 4,313,000       
      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: Access and respond to this lot please follow: https://www.delta-esourcing.com/respond/5P5MBF9378       
II.2) Description Lot No. 3
      
      II.2.1) Title: Structural Engineering Consultancy       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71312000 - Structural engineering consultancy services.
      
      II.2.3) Place of performance:
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: Structural Engineering
      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: 1,123,000       
      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: Access and respond to this lot please follow: https://www.delta-esourcing.com/respond/4R26P39966       
II.2) Description Lot No. 4
      
      II.2.1) Title: M&E Services and Consultancy       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: M&E Services and Consultancy
      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: 1,123,000       
      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: Access and respond to this lot please follow: https://www.delta-esourcing.com/respond/4962C3455H       


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 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:
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: 2020/S 115 - 280630       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 08/10/2020 Time: 10:00
            
      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: 08/10/2020
         Time: 10:00
      

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 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.

Bidders should note that there is no guarantee of any work as a result of this arrangement nor does it grant exclusivity to a particular Service Provider. Bidders can bid on one or more lots.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=523584156
   VI.4) Procedures for review
   VI.4.1) Review body:
             Torus 62 Ltd
       Merseyside, United Kingdom
   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: 04/09/2020

Annex A


View any Notice Addenda

View Award Notice

UK-St Helens: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       TORUS62 Limited
       Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
       Tel. +44 7738715942, Email: eamonn.cullen@torus.co.uk
       Contact: Eamonn Cullen
       Main Address: http://www.torus.co.uk
       NUTS Code: UKD

   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:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Development Consultants Framework Lot 1            
      Reference number: TOR0049

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This Contract Award Notices relates to 'Lot 1: Employers Agent Services' of the Torus Development Consultants Framework
only.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 7,114,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: This contract award notice relates to Lot 1 - Employers Agent Services only.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      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: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: Yes

   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 OJEU: 2020/S 175-423980
      
   

   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: Employers Agent Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 03/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 32
         Number of tenders received from SMEs: Not Provided          
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Tozer Gallagher LLP, OC354730
             Unit 3F01, Oxford Place, 61 Oxford Street, Manchester, M1 6EQ, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CPC Project Services LLP, OC366907
             100 Wood Street, London, EC2V 7AN, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Wilkinson Cowan Partnership Limited, 07123292
             Stanley House, 15 Ladybridge Road, Cheadle Hulme, Cheshire, SK8 5BL, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Savills (UK) Limited, 02605138
             33 Margaret Street, London, W1G 0LD, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Markhams Limited, 03336682
             4 Merchants Place, Century Building, Liverpool, L3 4BJ, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.6)
             AA Projects Limited, 03768390
             Jackson House, Sale, Manchester, M33 7RR, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Arcus Consulting LLP, 07027105
             3rd Floor, Dalton House, Manchester, M33 7AR, United Kingdom
             NUTS Code: UKD
            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: Not Provided          
         Total value of the contract/lot: 7,114,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=599463489

   VI.4) Procedures for review

      VI.4.1) Review body
          Torus 62 Ltd
          Merseyside, 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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/06/2021