Business NewsTenders

UK-Southend-on-Sea: Architectural, construction, engineering tender

Official EU reference: 296741-2014

Procurer reference: SG/109230

Published on: 30/08/2014

Deadline date:01/10/2014

Location where the contract is to be carried out: Essex

Name of the buying organisation: ESTUARY HOUSING ASSOCIATION

Summary of the contract
Estuary Housing Association Limited Consultants Framework.
Estuary Housing Association is seeking to implement a Consultants
Framework Agreement for the following disciplines to facilitate delivery
of their construction and refurbishment projects in line with their
rolling annual capital programmes:
— Employers Agent Services including CDM-C;
— Clerk of Works Services.
Note: To register your interest in this notice and obtain any additional
information please visit the myTenders Web Site at
http://www.myTenders.org/Search/Search_Switch.aspx?ID=139070
The buyer has indicated that it will accept electronic responses to this
notice via the Postbox facility. A user guide is available at
http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and
to dispatch the electronic response well in advance of the closing time to
avoid any last minute problems.
CPV: 71000000.

Full contract details
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Estuary Housing Association
9th Floor Maitland House
For the attention of: Debbie Collins
SS1 2JY Southend-on-Sea
UNITED KINGDOM
Telephone: +44 2070619000
Internet address(es):
General address of the contracting authority: http://www.sweettgroup.com
Address of the buyer profile:
http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0441
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate:
www.mytenders.org
Further information can be obtained from: Sweett Group Ltd
60 Gray’s Inn Road
Contact point(s): Procurement and Supply Chain Management
For the attention of: Cora Marler (Sweett Group – Client Agent)
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
Internet address: http://www.sweettgroup.com
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Sweett Group Ltd
60 Gray’s Inn Road
Contact point(s): Procurement and Supply Chain Management
For the attention of: Cora Marler (Sweett Group – Client Agent)
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
Internet address: http://www.sweettgroup.com
Tenders or requests to participate must be sent to: Sweett Group Ltd
60 Gray’s Inn Road
Contact point(s): Procurement and Supply Chain Management
For the attention of: Cora Marler (Sweett Group – Client Agent)
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
Internet address: http://www.sweettgroup.com
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: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Estuary Housing Association Limited Consultants Framework.
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
Main site or location of works, place of delivery or of performance:
Barking and Dagenham, Redbridge, Havering, Thurrock, Southend,
Epping,Thames Gateway Boroughs, Colchester.
NUTS code UKH3
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
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in months: 48
II.1.5) Short description of the contract or purchase(s)
Estuary Housing Association is seeking to implement a Consultants
Framework Agreement for the following disciplines to facilitate delivery
of their construction and refurbishment projects in line with their
rolling annual capital programmes:
— Employers Agent Services including CDM-C;
— Clerk of Works Services.
Note: To register your interest in this notice and obtain any additional
information please visit the myTenders Web Site at
http://www.myTenders.org/Search/Search_Switch.aspx?ID=139070
The buyer has indicated that it will accept electronic responses to this
notice via the Postbox facility. A user guide is available at
http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and
to dispatch the electronic response well in advance of the closing time to
avoid any last minute problems.
II.1.6) Common procurement vocabulary (CPV)
71000000
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:
Estuary is a traditional Housing Association with a strong and clear
regional commitment within Essex. Estuary Housing Association Limited work
very successfully within every district in Essex, the three outer East
London Boroughs and in the Suffolk Coastal District. We currently own and
manage just over 3 300 properties. Estuary Housing Association Limited is
seeking to implement Consultants Framework Agreement for the following
disciplines to facilitate delivery of their construction and refurbishment
projects in line with their rolling annual capital programmes:
— Employers Agent Services including CDM Coordinator Services;
— Clerk of Works Services.
Note that it is the intention that this framework should be procured as
potentially open for others to join at a later date should Estuary Housing
Association wish to bring other Contracting Authorities into the
arrangement.
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: Consultants Framework – Lot 1 – Employers Agent Services
1) Short description
Employers Agent Services able to support the areas described (in
additional information) and meet the minimum requirements and expectations
set our in the PQQ and Invitation to Tender.
2) Common procurement vocabulary (CPV)
71000000, 71541000, 71530000
3) Quantity or scope
The Authority intends to appoint up to a minimum of 3 consultants to this
lot.
Lot No: 2
Lot title: Consultants Framework – Lot 2 – Clerk of Works Services
1) Short description
Clerk of Work Services able to support the areas described (in additional
information) and meet the minimumrequirements and expectations set our in
the PQQ and Invitation to Tender.
2) Common procurement vocabulary (CPV)
71000000, 71521000
3) Quantity or scope
The Authority intends to appoint up to a minimum of 3 consultants to this
lot.
Lot No: 3
Lot title: Consultants Framework – Lot 3 – CDM Coordinator Services
1) Short description
Summary of Responsibilities for CDM Coordinator Services (may include but
not limited to):
To undertake full arrange of duties as set out in the CDM 2007 Regulations
and include the following:
— Advise client on compliance measures,
— Development and implement Health and Safety measures across all projects
pre and post construction stages,
— Notify HSE in accordance with regulations,
— Liaise with client and contractor for the development of health and
safety file,
— Develop design proposals for feasibilities, detailed design and
production stages from conception to completion,
— Undertake site surveys /inspections,
— Prepare reports for client and design team.
2) Common procurement vocabulary (CPV)
71000000
3) Quantity or scope
The Authority intends to appoint up to 3 consultants to this lot.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
A performance bond or guarantee may be required. Further information will
be provided in the Pre Qualification and Tender documents.
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
Pre Qualification and Tender documents.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
No legal form is required. If the operator is a joint venture or
consortium, the Contracting Authority requires members to accept joint and
several liability. Further information will be provided in the Pre
Qualification and Tender documents.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Consultants and their supply chains
may be required to participate in the achievements of social and / or
Environmental policy objectives relating to recruitment, training and
supply chain initiatives. Accordingly contract Performance conditions may
relate to 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: (1) All candidates will be required to produce a certificate or
declaration demonstrating that they are not bankrupt or the subject of an
administration order, are not being wound-up, have not granted a trust
deed, are not the subject of a petition presented for sequestration of
their estate, have not had a receiver, manager or administrator appointed
and are not otherwise apparently insolvent.
Information and formalities necessary for evaluating if requirements are
met: This will be covered in the Pre Qualification and Tender documents.
Candidates are referred to Regulation 23 of The Public
Contracts(Amendments) Regulations 2009 and the Tender documents generally.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: This will be covered in the Pre-qualification and Tender
documents. Candidates are referred to Regulations 24(1) and 24 (2) of The
Public Contracts (Amendments)Regulations 2009 and the Tender documents
generally.
Minimum level(s) of standards possibly required: Applicants may be
subjected to an independent financial check. Applicants are required to
meet the minimum risk of business failure. Further details are specified
in Pre Qualification and Tender documents generally.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
This will be covered in the Pre Qualification and Tender documents.
Candidates are referred to Regulation 25 (2) of the Public Contracts
Regulations (2006) and the Tender Documents generally.
Minimum level(s) of standards possibly required:
For Lots 1 and 3, Applicants will be required to pass a Competency
Assessment based on the Construction (Design and Management) Regulations
2007 Approved Code of Practice. Further details are specified in Pre
Qualification and Tender documents generally.
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 minimum number 8: and maximum number 12
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.3.1) File reference number attributed by the contracting authority:
SG/109230
IV.3.4) Time limit for receipt of tenders or requests to participate
1.10.2014 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
3.11.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.3) Additional information
(MT Ref:139070)
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
High Court of England and Wales
The Strand
WC2 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
High Court of England and Wales
The Strand
WC2 2LL London
UNITED KINGDOM
VI.4.3) Service from which information about the lodging of appeals may
be obtained
High Court of England and Wales
The Strand
WC2 2LL London
UNITED KINGDOM
VI.5) Date of dispatch of this notice:
28.8.2014

Classification of the contract
71000000 Architectural, construction, engineering and inspection services
71541000 Construction project management services
71530000 Construction consultancy services
71521000 Construction-site 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