Tenders

UK – Christchurch: Architectural services tender

United Kingdom-Christchurch: Architectural, engineering and inspection services tender

Official EU reference: 83813-2014

Published on: 12/03/2014

Deadline date:25/04/2014

Name of the buying organisation: SPECTRUM HOUSING GROUP

Summary of the contract
Source consultant framework agreement.
To appoint consultants to provide the following services
1) Employers Agents with capability and capacity to provide the
Construction Design Management (CDM) services
— Deliver costs and procurement advice on developments designed to meet
the housing needs of people from across society and with a range of needs
including supported housing
— Ensure that the Contracting Authorities requirements under CDM are
provided against the full range of developments envisaged by this
procurement.
2) Architects – with capability to:
— Ensure that Contracting Authorities have a responsive service through
the pre and post contract stages and to end of project review.
— Collaborate to ensure cost value is generated aligned to the resident’s
satisfaction and the cost in use for both landlords and residents.
— Deliver designs and services that meet the housing needs of people from
across society and with a range of needs including supported housing.
CPV: 71000000, 71200000, 71220000, 71221000, 71500000, 71530000, 71540000,
71541000, 71520000.

Full contract details
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Spectrum Housing Group
Grange Road, Dorset
Contact point(s): Spectrum Housing Group
For the attention of: Christine Jones
BH23 4GE Christchurch
UNITED KINGDOM
Telephone: +44 1258484762
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: www.source-development.co.uk
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
As detailed in Section II.2.1.
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Source consultant framework agreement.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 12: Architectural services; engineering services and
integrated engineering services; urban planning and landscape engineering
services; related scientific and technical consulting services; technical
testing and analysis services
NUTS code UKK,UKJ3,UKK4,UKK30,UKK23,UKK13,UKK22,UKK15
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 25 000 000 and 30 000 000 GBP
II.1.5) Short description of the contract or purchase(s)
To appoint consultants to provide the following services
1) Employers Agents with capability and capacity to provide the
Construction Design Management (CDM) services
— Deliver costs and procurement advice on developments designed to meet
the housing needs of people from across society and with a range of needs
including supported housing
— Ensure that the Contracting Authorities requirements under CDM are
provided against the full range of developments envisaged by this
procurement.
2) Architects – with capability to:
— Ensure that Contracting Authorities have a responsive service through
the pre and post contract stages and to end of project review.
— Collaborate to ensure cost value is generated aligned to the resident’s
satisfaction and the cost in use for both landlords and residents.
— Deliver designs and services that meet the housing needs of people from
across society and with a range of needs including supported housing.
II.1.6) Common procurement vocabulary (CPV)
71000000, 71200000, 71220000, 71221000, 71500000, 71530000, 71540000,
71541000, 71520000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The Contracting Authority proposes to establish a Framework Agreement of
consultants to work in collaboration with the Source Partnership to enable
the Source Partnership to deliver its extensive range of housing solutions
to its diverse customer base.
The Framework Agreement will be divided into area based lots with the
estimated value for each lot as set out below:
Employers Agent and CDM:
Lot 1 — Dorset, Hampshire and Isle of Wight; 4 000 000 GBP
Lot 2 — Devon and Cornwall; 3 000 000 GBP
Lot 3 — Somerset, Gloucestershire and Wiltshire; 3 000 000 GBP
Architects:
Lot 4 — Dorset, Hampshire and Isle of Wight; 6 000 000 GBP
Lot 5 — Devon and Cornwall; 4 500 000 GBP
Lot 6 — Somerset , Gloucestershire and Wiltshire; 4 500 000 GBP
The Framework Agreement will be awarded initially for a 2 year period,
with the ability to extend for a further 2 year period subject to
satisfactory performance against agreed Key Performance Indicators.
The estimated contract value during the life of the four year consultant
framework agreement (where the 2 year extension is granted) is £25,000,000
and £30,000,000 GBP excluding VAT.
Economic operators should note that this is an estimated value based on
the Contracting Authorities current anticipated requirements.
The Contracting Authorities able to call off from this framework agreement
shall include Contracting Authorities that have or will have
responsibility for housing development schemes including Housing
Associations, Local Authorities and Arms Length’s Organisations.
Contracting Authorities wishing to use this Framework Agreement shall be
required to obtain the Contracting Authority’s authorisation prior to
calling off.
The following named Contracting Authorities have the authorisation of the
Contracting Authority to use this Framework Agreement:
Advance
Bournemouth Churches Housing Association
Coastline Housing
Magna Housing Group
Spectrum Housing Group
Broadway Park Housing Association
Plymouth Community Homes
Poole Housing Partnership
Vectis Housing Association
Yarlington Housing Association
Ocean Housing Association
The call off contract will be made without re-opening competition or
through a mini competition where applicable. The details of which will be
set out in the ITT and terms and conditions for the Framework Agreement.
Estimated value excluding VAT:
Range: between 25 000 000 and 30 000 000 GBP
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: Dorset, Hampshire, Isle of Wight — Employers Agent and CDM
1) Short description
Employers Agent and CDM Services are required for Dorset, Hampshire and
Isle of Wight with the capability and capacity to:
— Provide the Construction Design Management (CDM) services;
— Deliver costs and procurement advice on developments designed to meet
the housing needs of people from across society and with a range of needs
including supported housing;
— Ensure that the Contracting Authorities requirements under CDM are
provided against the full range of developments envisaged by this
procurement.
2) Common procurement vocabulary (CPV)
71000000, 71000000, 71500000, 71530000, 71540000, 71520000, 71541000
3) Quantity or scope
Estimated value excluding VAT: 4 000 000 GBP
Lot No: 2
Lot title: Devon and Cornwall — Employers Agent and CDM
1) Short description
Employers Agent and CDM Services are required for Devon and Cornwall with
the capability and capacity to:
— Provide the Construction Design Management (CDM) services,
— Deliver costs and procurement advice on developments designed to meet
the housing needs of people from across society and with a range of needs
including supported housing,
— Ensure that the Contracting Authorities requirements under CDM are
provided against the full range of developments envisaged by this
procurement.
2) Common procurement vocabulary (CPV)
71000000, 71000000, 71500000, 71530000, 71540000, 71520000, 71541000
3) Quantity or scope
Estimated value excluding VAT: 3 000 000 GBP
Lot No: 3
Lot title: Somerset, Gloucestershire and Wiltshire — Employers Agent and
CDM
1) Short description
Employers Agent and CDM Services are required for Somerset ,
Gloucestershire and Wiltshire with the capability and capacity to:
— Provide the Construction Design Management (CDM) services,
— Deliver costs and procurement advice on developments designed to meet
the housing needs of people from across society and with a range of needs
including supported housing,
— Ensure that the Contracting Authorities requirements under CDM are
provided against the full range of developments envisaged by this
procurement.
2) Common procurement vocabulary (CPV)
71000000, 71000000, 71500000, 71530000, 71540000, 71520000, 71541000
3) Quantity or scope
Estimated value excluding VAT: 3 000 000 GBP
Lot No: 4
Lot title: Dorset, Hampshire and Isle of Wight — Architects
1) Short description
Architects are required for Dorset, Hampshire and Isle of Wight with the
capability and capacity to:
— Ensure that the Contracting Authority have a responsive service through
the pre and post contract stages and to end of project review.
— Collaborate to ensure cost value is generated aligned to residents
satisfaction and the cost in use for both landlords and residents.
— Deliver designs and services that meet the housing needs of people from
across society and with a range of needs including supported housing
2) Common procurement vocabulary (CPV)
71000000, 71000000, 71200000, 71220000, 71221000
3) Quantity or scope
Estimated value excluding VAT: 6 000 000 GBP
Lot No: 5
Lot title: Devon and Cornwall — Architects
1) Short description
Architects are required for Devon and Cornwall with the capability and
capacity to:
— Ensure that the Contracting Authority have a responsive service through
the pre and post contract stages and to end of project review.
— Collaborate to ensure cost value is generated aligned to residents
satisfaction and the cost in use for both landlords and residents.
— Deliver designs and services that meet the housing needs of people from
across society and with a range of needs including supported housing.
2) Common procurement vocabulary (CPV)
71000000, 71000000, 71200000, 71220000, 71221000
3) Quantity or scope
Estimated value excluding VAT: 4 500 000 GBP
Lot No: 6
Lot title: Somerset, Gloucestershire and Wiltshire — Architects
1) Short description
Architects are required for Somerset, Gloucestershire and Wiltshire with
the capability and capacity to:
— Ensure that the Contracting Authority have a responsive service through
the pre and post contract stages and to end of project review.
— Collaborate to ensure cost value is generated aligned to residents
satisfaction and the cost in use for both landlords and residents.
— Deliver designs and services that meet the housing needs of people from
across society and with a range of needs including supported housing.
2) Common procurement vocabulary (CPV)
71000000, 71000000, 71200000, 71220000, 71221000
3) Quantity or scope
Estimated value excluding VAT: 4 500 000 GBP
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
A parent company guarantee, warranties, performance bonds or deposits
maybe required. Appropriate levels of insurance will also be required.
Further details will be provided in the tender documentation.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
All financing conditions and payment arrangements will be set out in the
tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
No specific legal form is required, but the Contracting Authority reserves
the right to require a lead economic operator to undertake primary
contractual liability for the contract or to require that each economic
operator becomes jointly and severally responsible for the contract before
acceptance.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Description of particular
conditions: Consultants may be required to participate in the achievements
of social/environmental policy objectives relating to and in line with the
Social Value Act 2012 including recruitment, training, digital inclusion,
neighbourhood engagement, legacy initiatives and supply chain initiatives.
Accordingly contract performance conditions may relate to the social and
environmental considerations.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: The economic operators interested should contact the Contact
Point (Section 1.1) by the deadline set out in IV.3.4. to lodge an
expression of interest and request a PQQ.
The PQQ will request specific responses and information from the economic
operator. The deadline for receipt of the PQQ responses by the contact
point is 28th April 2014.
The PQQ response will be reviewed by the Contracting Authority in
accordance with the evaluation criteria set out in the PQQ.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: The economic operators interested should contact the Contact
Point (Section 1.1) by the deadline set out in IV.3.4.to lodge an
expression of interest and request a PQQ.
The PQQ will request specific responses and information from the economic
operator. The deadline for receipt of the PQQ responses by the contact
point is 28.4.2014.
The PQQ response will be reviewed by the Contracting Authority in
accordance with the evaluation criteria set out in the PQQ.
The PQQ will request the following information:
a) audited accounts for the most recent two years (plus where these
accounts are more than 12 months old, provide the most recent management
accounts (profit and loss account, balance sheet and cash flow
statements)).
Where an economic operator does not have sufficient trading history, the
PQQ will request:
a) most recent management accounts (profit and loss account, balance sheet
and cash flow statements); and
b) statement detailing how your business is funded.
A bankers reference maybe requested.
Evidence that the economic operator and relevant organisations have or
shall have at contract award Employer’s liability insurance, Public
Liability Insurance and Professional Indemnity Insurance.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
The economic operators interested should contact the Contact Point
(Section 1.1) by deadline set out in IV.3.4.to lodge an expression of
interest and request a PQQ.
The PQQ will request specific responses and information from the economic
operator. The deadline for receipt of the PQQ by the contact point is
28.4.2014.
The PQQ response will be reviewed by the Contracting Authority in
accordance with the evaluation criteria set out in the PQQ.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged number of operators: 24
IV.1.3) Reduction of the number of operators during the negotiation or
dialogue
Recourse to staged procedure to gradually reduce the number of solutions
to be discussed or tenders to be negotiated no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
25.4.2014 – 16:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
23.5.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
The Contracting Authority shall under no circumstances be responsible for
the costs or expenses of any economic operator arising from the
participation in this procurement.
Source website www.source-development.co.uk provides details on the Source
Development Partnership and will be used as a means for communications for
this framework.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
High Court of England and Wales
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting
Authority will incorporate a standstill period at the point information on
the award of the contract is communicated to the economic operators. The
notification will provide the full required information on the award
decision and details of the person to contact should you have any queries.
The standstill period, which will be for a minimum of 10 calendar days,
provides time for unsuccessful economic operators to challenge the award
decision before the contract is entered into.
Any tenderer wishing to appeal the decision to award the contract, or
after the award of the contract appeal the award of the contract, shall
have the rights set out in the Public Contracts Regulations 2006.
VI.5) Date of dispatch of this notice:
7.3.2014

Classification of the contract
71000000 Architectural, construction, engineering and inspection services
71200000 Architectural and related services
71220000 Architectural design services
71221000 Architectural services for buildings
71500000 Construction-related services
71530000 Construction consultancy services
71540000 Construction management services
71541000 Construction project management services
71520000 Construction supervision services

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button