3C Consultancy Services Ltd: Bourne Education Trust - Building Surveyors Tender

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Bourne Education Trust - Building Surveyors Tender
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Open
Short Description: The Bourne Education Trust are requesting tenders from recognised service Building Surveyor's and providers to manage their new projects planned for the Trust sites. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the management provision to review, manage and deliver the service requirements.
Published: 18/11/2022 14:05
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-West Ewell: Building surveying services.
Section I: Contracting Authority
      I.1) Name and addresses
             Bourne Education Trust
             Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
             Tel. +44 7900784030, Email: nigel.armstrong@3c-ltd.co.uk
             Main Address: https://www.bourne.education/383/about-bet, Address of the buyer profile: https://www.bourne.education/383/about-bet
             NUTS Code: UKJ25
      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-West-Ewell:-Building-surveying-services./R55Q6HDD6W
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/R55Q6HDD6W 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
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Bourne Education Trust - Building Surveyors Tender       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315300 - Building surveying services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Bourne Education Trust are requesting tenders from recognised service Building Surveyor's and providers to manage their new projects planned for the Trust sites. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the management provision to review, manage and deliver the service requirements.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,050,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71315300 - Building surveying services.
      
      II.2.3) Place of performance:
      UKJ25 West Surrey
      
      II.2.4) Description of procurement: The Bourne Education Trust are requesting tenders from recognised service Building Surveyor's and providers to manage their new projects planned for the Trust sites. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the management provision to review, manage and deliver the service requirements.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Contract Management, Staffing Resources and Service Delivery / Weighting: 80
                        
            Cost criterion - Name: Three Year Contract Value / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,050,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2023 / End: 31/01/2026       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract period
      
      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:          
      In the first instance, candidates should register with www.delta-esourcing.com (https://www.delta-esourcing.com) and express an interest in the contract. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non-payments relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Candidates will need to provide as part of the selection questionnaire process details of turnover, profit and capital and reserves for previous 3 years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process    
      Minimum level(s) of standards possibly required (if applicable) :       
      A statement of a minimum turnover level is detailed within the standard questionnaire documentation.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Candidates will need to provide as part of the process evidence of current business, quality standards, accreditation and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Financial risk grid status will be evaluated on a pass/fail basis. Please see the explanation on page 6-8 of the document for further information.
Levels of insurance cover will be evaluated on a pass/fail basis. The suppliers must hold as a minimum or be willing to obtain the following levels of insurance cover:
— Public liability insurance GBP 5 000 000.00,
— Employers liability insurance GBP 5 000 000.00.
—Professional Indemnity Insurance GBP
III.1.5) Information about reserved contracts (if applicable)
      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       
      Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor.          
      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 - 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: 20/12/2022 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: 20/12/2022
         Time: 12:00
         Place:
         Delta Online Systems
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Yes — 30 months from contract start date, depending on whether extension periods are taken up
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-West-Ewell:-Building-surveying-services./R55Q6HDD6W

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R55Q6HDD6W
   VI.4) Procedures for review
   VI.4.1) Review body:
             Bourne Education trust
       Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
       Tel. +44 7900784030, Email: info@na-consultancy.co.uk
       Internet address: https://www.bourne.education/
   VI.4.2) Body responsible for mediation procedures:
             Bourne Education Trust
          Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
          Tel. +44 7900784030, Email: info@na-consutlancy.co.uk
          Internet address: https://www.bourne.education/
   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: 18/11/2022

Annex A


View any Notice Addenda

View Award Notice

UK-West Ewell: Building surveying services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Bourne Education Trust
       Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
       Tel. +44 7900784030, Email: nigel.armstrong@3c-ltd.co.uk
       Main Address: https://www.bourne.education/383/about-bet, Address of the buyer profile: https://www.bourne.education/383/about-bet
       NUTS Code: UKJ25

   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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Bourne Education Trust - Building Surveyors Tender            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315300 - Building surveying services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Bourne Education Trust are requesting tenders from recognised service Building Surveyor's and providers to manage their new projects planned for the Trust sites. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the management provision to review, manage and deliver the service requirements.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 47,390 / Highest offer:104,100         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315300 - Building surveying services.


      II.2.3) Place of performance
      Nuts code:
      UKJ25 - West Surrey
   
      Main site or place of performance:
      West Surrey
             

      II.2.4) Description of the procurement: The Bourne Education Trust are requesting tenders from recognised service Building Surveyor's and providers to manage their new projects planned for the Trust sites. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the management provision to review, manage and deliver the service requirements.

      II.2.5) Award criteria:
      Quality criterion - Name: Contract Management, Staffing Resources and Service Delivery / Weighting: 80
                  
      Cost criterion - Name: Three Year Contract Value / Weighting: 20
            

      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
       Notice number in the OJEU: 2022/S 000-032846
      
   

   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: 16/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Synergy Construction and Property Consultants LLP, OC318352
             8/9 Faraday Road,, Guildford, GU1 1EA, United Kingdom
             Tel. +44 1483468666, Email: guildford@synergyLLP.com
             Internet address: https://www.synergyllp.co.uk/
             NUTS Code: UKJ25
            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: 60,000          
         Lowest offer: 47,390 / Highest offer: 104,100
         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=770939917

   VI.4) Procedures for review

      VI.4.1) Review body
          Bourne Education trust
          Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
          Tel. +44 7900784030, Email: info@na-consultancy.co.uk
          Internet address: https://www.bourne.education/

      VI.4.2) Body responsible for mediation procedures
          Bourne Education Trust
          Ruxley Lane, West Ewell, KT19 9JW, United Kingdom
          Tel. +44 7900784030, Email: info@na-consutlancy.co.uk
          Internet address: https://www.bourne.education/

      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: 24/03/2023