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

The Hyde Group Architectural Services Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The Hyde Group
30 Park Street
For the attention of: Cora Marler
SE1 9EQ London
UNITED KINGDOM
Telephone: +44 2070619000

Internet address(es):

General address of the contracting authority: http://www.hyde-housing.co.uk/

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
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
E-mail:
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
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
For the attention of: Cora Marler
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
E-mail:
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: yes

The Hyde Group

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Hyde Group Architectural Services 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: All geographic regions within the Hyde Housing Group (Hyde) area of operation from time to time including but not limited to London and the surrounding eastern, south eastern and southern areas of the UK.

NUTS code UKI

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: 10

Duration of the framework agreement

Duration in months: 36
Justification for a framework agreement, the duration of which exceeds four years: 36 month framework with an option for THG to extend by an additional 12 months.

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded: Estimated value excluding VAT: Range: between 5 600 000 and 6 800 000 GBP (Architects).
II.1.5)Short description of the contract or purchase(s)
The Hyde Group wishes to establish an Architectural Services Framework, Employers Agents (Including CDM-C and Cost Consultancy) Framework and Construction Management Framework.
THG has a significant development programme, and it is anticipated that approximately 1,000 units per annum could be delivered through the Framework Agreements across the geographical areas of operation (mainly London, the South East, the East of England and the East Midlands).
The estimated contract value during the life of the three year architects framework is between 5 600 000 and 6 800 000 GBP excluding VAT.
THG are seeking a refined framework list of 4 - 8 Architects per lot,4 - 8 Employers Agents per lot and 4 - 6 Construction Managers. THG are seeking a collaborative approach to the framework which is centred on a partnering ethos.
The successful economic operators appointed to the Framework will be required to provide a customer focused service and show commitment to providing value for money to Hyde and must be responsive to achieve collaborative working practices, innovation and continuous improvement. The Framework and any contracts called-off under the Framework will contain provisions covering regular monthly, quarterly and annual performance meetings reviews; early termination; meeting, maintaining and improving on Key Performance Indicators and the development of project by project efficiency savings. Economic operators should note that the estimated total value of purchases for the entire duration of the Framework given under section II.1.4 has been calculated by reference to the total estimated value of the call-off contracts to be awarded under the Framework.

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=110423.

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)

71200000, 71210000, 71221000, 71420000, 71240000

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 total value of the works to be performed under contracts that may be called-off under the Framework Agreement during its term is estimated to be in the range of approximately 5 600 000 and 6 800 000 GBP excluding VAT.
Economic operators should note that this is an estimated value based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional development units during the term of the Framework, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and still requires the services covered by the Framework to be performed.

In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. "Social Housing Provider "for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority Website: www.tenantservicesauthority.org), Local Authorities and ALMO s. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call off shall be under any obligation to do so neither does the Social Housing Provider in question have the automatic right to do so without direct permission from THG.

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

Information about lots

Lot No: 1 Lot title: Architectural Services - 0 - 3 million GBP (Total Works Costs)
1)Short description
This lot covers architectural services for new build and refurbishment projects for both affordable and private housing between 0 - 3 million GBP in total works costs. Services include Designing new buildings, extensions or alterations to new buildings. Advising on the restoration and conservation of old properties.
2)Common procurement vocabulary (CPV)

71200000, 71221000, 71210000, 71420000, 71240000

3)Quantity or scope
The framework for architects is divided by value. The estimated contract value for the entire architectural services framework is between 5 600 000 and 6 800 000 GBP excluding VAT.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Architectural Services - Over 2 million GBP (Total Works Costs)
1)Short description
This lot covers architectural services for new build and refurbishment projects for both affordable and private housing over 2 million GBP in total works costs. Services include Designing new buildings, extensions or alterations to new buildings. Advising on the restoration and conservation of old properties.
2)Common procurement vocabulary (CPV)

71200000, 71210000, 71221000, 71420000, 71240000

3)Quantity or scope
The framework for architects is divided by value. The estimated contract value for the entire architectural services framework is between 5 600 000 and 6 800 000 GBP excluding VAT.
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:
A performance bond or guarantee may be required. Appropriate levels of insurance will also be required. Further information will be provided within the PQQ and 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 PQQ and 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 legal form is required. If the candidate is a joint venture or consortium, the Contracting Authority shall require members to accept joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Consultants may be required to participate in the achievements of social/ or environmental policy objectives relating to recruitment, training, 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: Candidates are referred to Regulation 23 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation generally.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide financial information.
Candidates are referred to Regulation 24 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation generally.
Minimum level(s) of standards possibly required: Candidates may be subject to an independent financial check. Further information will be provided in the PQQ and Tender documentation generally.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates are referred to Regulation 25 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation.
Minimum level(s) of standards possibly required:
Candidates for the Architectural Services Framework will be required to pass a Competency Assessment based on the Construction (Design and Management) Regulations 2007 Approved Code of Practice. Details are provided in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 20
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:
106523
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.1.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
13.1.2014 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
27.1.2014
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
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority reserves the right to cancel the procurement process at any stage. The Contracting Authority does not accept liability for any cost incurred in tendering.
(MT Ref:110423)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court of England & Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

High Court of England & Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Candidates are referred to the Public Contract Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained

The Cabinet Office c/o Efficiency and Reform Group
Rosebury Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 2079476000

VI.5)Date of dispatch of this notice:
10.12.2013