By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

PS/2013/430 - Design & Consultancy Framework - Housing Capital Programme.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Thurrock Council
New Road
RM17 6SL Grays
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.thurrock.gov.uk

Electronic access to information: http://thurrock.g2b.info/

Electronic submission of tenders and requests to participate: http://thurrock.g2b.info/

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
Regional or local authority
I.3)Main activity
General public services
Housing and community amenities
Other: Mixed use and mixed tenure buildings
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:
PS/2013/430 - Design & Consultancy Framework - Housing Capital Programme.
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 UKH32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Architectural, construction, engineering and inspection services. Architectural and related services. Advisory architectural services. Architectural design services. Architectural services for buildings. Architectural services for outdoor areas. Architectural services for building extensions. Architectural, engineering and planning services. Feasibility study, advisory service, analysis. Project and design preparation, estimation of costs. Calculation of costs, monitoring of costs. Approval plans, working drawings and specifications. Determining and listing of quantities in construction. Supervision of building work. Supervision of project and documentation. Architectural, engineering and surveying services. Architectural and building-surveying services. Engineering services. Highways consultancy services. Structural engineering consultancy services. Environmental Impact Assessment (EIA) services for construction. Energy-efficiency consultancy services. Building services. Building-fabric consultancy services. Building consultancy services. Building services consultancy services. Building surveying services. Building-inspection services. Health and safety services. Health and safety consultancy services. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Quantity surveying services. Foundation design services. Ancillary building services. Load-bearing structure design services. Mechanical engineering services. Mechanical and electrical engineering services. Site-investigation services. Construction management services. Technical testing, analysis and consultancy services. Technical inspection and testing services. Technical inspection services. Topographical services. Construction project management services. The contracting authorities are about to embark upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council.
The intention is to establish a services framework agreement for Design & Consultancy Framework - Housing Captital Programme for the design and management of the works. To ensure good quality property standard are maintained for homes within the borough. Thurrock Council is planning to spend approximately GBP 100 m over the next 5 years on both internal and external refurbishment and improvements works to existing homes.
The value of works for the new build developments is estimated to be around GBP 200 m over the next 5 years.
To facilitate the delivery of these works, the contracting authorities wish to establish two frameworks. The first framework a Design & Consultancy Framework - Housing Captital Programme which will cover professional services for the design and management of the works. The second framework will cover contractors to deliver the works. This OJEU notice covers only the first framework.
The Design & Consultancy Framework - Housing Captital Programme is divided into he following three lots. Lots 1a and 1b covers the various services required to deliver a fully considered design for a scheme. Lot 2 covers the various services required to manage the deliver of a scheme from inception to completion.
Suppliers are able to submit tenders for all lots should they wish to do so.
Lot 1a - Design Services for projects with a construction cost less than GBP 5 m. This is likely to include the following disciplines.
- Architect.
- Structural engineer.
- Services Engineer.
- CDM Co-Ordinator /H&S.;
- Land surveying/topography/ordnance.
- Planning/Flood Risk/EIA.
- Party Wall/RoL.
- Code for Sustainable Homes.
- Building Control (Approved Inspector).
Lot 1b - Design Services for projects with a construction cost greater than GBP 5 m
Service as Lot 1a above
Lot 1c - Delivery Services for Refurbishment and New Build Projects. This lot will include the following services. Suppliers are free to bid for all or some of these services.
- Employers agent.
- Project management.
- Contract administrator.
- Quantity surveyor.
Cost Consultant.
- Clerk of Works.
The framework would be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority
NOTE: Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: xcxcxcxcxxc. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 8.8.2013 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email

II.1.6)Common procurement vocabulary (CPV)

71000000, 71200000, 71210000, 71220000, 71221000, 71222000, 71223000, 71240000, 71241000, 71242000, 71244000, 71245000, 71246000, 71247000, 71248000, 71250000, 71251000, 71300000, 71311210, 71312000, 71313440, 71314300, 71315000, 71315100, 71315200, 71315210, 71315300, 71315400, 71317200, 71317210, 71320000, 71321000, 71324000, 71325000, 71326000, 71327000, 71333000, 71334000, 71510000, 71540000, 71600000, 71630000, 71631000, 71351810, 71541000

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:
Estimated value excluding VAT:
Range: between 40 000 000 and 60 000 000 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: Lot 1a - Design Services for projects with a construction cost less than GBP 5 m
1)Short description
Design Services for projects with a construction cost less than GBP 5 m. This is likely to include the following disciplines.
- Architect.
- Structural engineer.
- Services Engineer.
- CDM Co-Ordinator /H&S.;
- Land surveying/topography/ordnance.
- Planning/Flood Risk/EIA.
- Party Wall/RoL.
- Code for Sustainable Homes.
- Building Control (Approved Inspector).
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71210000, 71221000, 71222000, 71223000, 71240000, 71241000, 71242000, 71245000, 71250000, 71251000, 71300000, 71311210, 71312000, 71314300, 71315000, 71315100, 71315200, 71315210, 71315300, 71315400, 71317200, 71317210, 71320000, 71321000, 71325000, 71326000, 71327000, 71333000, 71334000, 71351810, 71510000, 71600000, 71630000, 71631000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion

5)Additional information about lots
Lot No: 2 Lot title: Lot 1b - Design Services for projects with a construction cost greater than GBP 5 m
1)Short description
Design Services for projects with a construction cost greater than GBP 5 m.
- Architect.
- Structural engineer.
- Services Engineer.
- CDM Co-Ordinator /H&S.;
- Land surveying/topography/ordnance.
- Planning/Flood Risk/EIA.
- Party Wall/RoL.
- Code for Sustainable Homes.
- Building Control (Approved Inspector).
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71210000, 71221000, 71222000, 71223000, 71240000, 71241000, 71242000, 71245000, 71248000, 71250000, 71251000, 71300000, 71311210, 71312000, 71314300, 71315000, 71315100, 71315200, 71315210, 71315300, 71315400, 71317200, 71317210, 71320000, 71321000, 71325000, 71326000, 71327000, 71333000, 71334000, 71351810, 71510000, 71600000, 71630000, 71631000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Lot 1c - Delivery Services for Refurbishment and New Build Projects
1)Short description
Delivery Services for Refurbishment and New Build Projects. This lot will include the following services. Suppliers are free to bid for all or some of these services.
Employers agent.
Project management.
Contract administrator.
Quantity surveyor.
Cost Consultant.
Clerk of Works.
2)Common procurement vocabulary (CPV)

71241000, 71242000, 71244000, 71245000, 71246000, 71247000, 71248000, 71250000, 71251000, 71315300, 71315400, 71317200, 71317210, 71324000, 71540000, 71600000, 71630000, 71631000, 71541000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits, guarantees or bonds will be set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any deposits, guarantees or bonds 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:
Lots 1a and 1b are likely (but not required) to be submitted as a consortium bid. Where consortium or other grouping of suppliers submit a bid (which are such consortia or grouping must nominate a lead organisation to deal with the Contracting Authority or purchasing authorities on all matters relating to the Framework Agreement Consortium bids must clearly state that the bidding members are a consortium. All consortium or other grouping may be required to be jointly and severally liable in respect to the obligations and liabilities relating to the Framework Agreement.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Successful Framework contractors will be required to actively participate in the achievement of social and environmental policy objectives including the recruitment and training and the support or employment of apprentices. Long-term job seekers, school leavers, residents and small and medium enterprises. Accordingly, contract performance conditions will relate in particular 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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
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: yes

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 4: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
PS/2013/430
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
12.8.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

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 authorities 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, and the contract will be awarded on the basis of the most economically advantageous tender.
Section I.1 Thurrock Council is acting as lead contracting authority on behalf of the following contracting authorities (and their statutory successors and organisations created as a result of reorganisation or organisations changes).
i) Any wholly owned entity or arms length bodies or agencies established or to be established by the Contracting Authority in the area of the Thurrock Council.
ii) any joint venture partnership between the Thurrock Borough and a third party.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Grays:-Architectural%2C-construction%2C-engineering-and-inspection-services./EVV2QTQ922

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/EVV2QTQ922

GO Reference: GO-2013710-PRO-4943653.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Thurrock Council
Royal Courts of Justice, Strand
WC2 2LL London
UNITED KINGDOM
Telephone: +44 1375652243

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.7.2013