Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Calcutta Road Multi-Disciplinary Team |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Multi-disciplinary consultancy services to support the Council’s proposal to develop a housing scheme for over 55’s in line with HAPPI principles on Calcutta Road located in central Tilbury. |
Published: | 07/06/2016 10:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
Main Address: www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
NUTS Code: UKH32
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.thurrock.gov.uk/itt
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/B54A27U785 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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Calcutta Road Multi-Disciplinary Team
Reference Number: PS/2016/196
II.1.2) Main CPV Code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Multi-disciplinary consultancy services to support the Council’s proposal to develop a housing scheme for over 55’s in line with HAPPI principles on Calcutta Road located in central Tilbury.
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
70333000 - Housing services.
71315200 - Building consultancy services.
71220000 - Architectural design services.
II.2.3) Place of performance:
UKH32 Thurrock
II.2.4) Description of procurement: Thurrock Council’s requirement under this Contract is to appoint a suitably qualified multi-disciplinary integrated consultant team to support its proposal to develop a housing scheme for over 55’s in line with HAPPI principles on Calcutta Road located in central Tilbury. The team will take the project through all RIBA stages, procurement, construction management and building handover; however the Council reserves the right to cease the arrangement at any of the key stages as set out in the specification should budget, planning or performance issues render the scheme unviable.
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: 900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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 number of candidates: 5
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: This is a 2-stage Restricted procedure. A draft copy of the ITT and specification documents can be found at: https://www.thurrock.gov.uk/itt. Please note that these documents are provided for information purposes only at this stage and applicants should not download and submit any of these documents with their PQQ submission.
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.
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the Invitation To Tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
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
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 - NO
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: 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: 08/07/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/07/2016
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): 3
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-Thurrock:-Architectural-design-services./B54A27U785
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B54A27U785
VI.4) Procedures for review
VI.4.1) Review body:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.4.2) Body responsible for mediation procedures:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
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:
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.5) Date Of Dispatch Of This Notice: 07/06/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
Main Address: www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
NUTS Code: UKH32
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:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Calcutta Road Multi-Disciplinary Team
Reference number: PS/2016/196
II.1.2) Main CPV code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Multi-disciplinary consultancy services to support the Council’s proposal to develop a housing scheme for over 55’s in line with HAPPI principles on Calcutta Road located in central Tilbury.
PLEASE NOTE THAT THIS CONTRACT HAS BEEN AWARDED
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 732,949.6
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
70333000 - Housing services.
71315200 - Building consultancy services.
71220000 - Architectural design services.
II.2.3) Place of performance
Nuts code:
UKH32 - Thurrock
Main site or place of performance:
Thurrock
II.2.4) Description of the procurement: Thurrock Council’s requirement under this Contract is to appoint a suitably qualified multi-disciplinary integrated consultant team to support its proposal to develop a housing scheme for over 55’s in line with HAPPI principles on Calcutta Road located in central Tilbury. The team will take the project through all RIBA stages, procurement, construction management and building handover; however the Council reserves the right to cease the arrangement at any of the key stages as set out in the specification should budget, planning or performance issues render the scheme unviable.
II.2.5) Award criteria:
Quality criterion - Name: Delivery Team / Weighting: 18
Quality criterion - Name: Approach / Weighting: 35
Quality criterion - Name: Quality and Performance / Weighting: 17
Cost criterion - Name: whole price weighting / Weighting: 30
Cost criterion - Name: N/A / Weighting: 0
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: PLEASE NOTE THAT THIS CONTRACT HAS BEEN AWARDED
Section IV: Procedure
IV.1) Description
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: No
A dynamic purchasing system was set up: 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: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/10/2016
V.2.2) Information about tenders
Number of tenders received: 5
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: No
Contractor (No.1)
Pollard Thomas Edwards
Diespeker Wharf, 38 Graham Street, London, London, N1 8JX, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
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: 732,949.6
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 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=231010380
VI.4) Procedures for review
VI.4.1) Review body
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.4.2) Body responsible for mediation procedures
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
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
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
VI.5) Date of dispatch of this notice: 12/12/2016