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

PS 2013 638 Design & Consultancy Framework - Housing Capital Programme MM.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Thurrock Council
New Road
Contact point(s):
For the attention of: Subject TED PS 2013 638 Design & Consultancy Framework MM
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652908
E-mail:

Internet address(es):

General address of the contracting authority: www.thurrock.gov.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
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 638 Design & Consultancy Framework - Housing Capital Programme MM.
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 the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: not applicable
II.1.5)Short description of the contract or purchase(s)
Architectural, construction, engineering and inspection services. Architectural, engineering and planning services. Architectural and building-surveying services. Engineering services. Structural engineering consultancy services. Environmental Impact Assessment (EIA) services for construction. Building services consultancy services. Health and safety consultancy services. Quantity surveying services. Mechanical and electrical engineering services. Site-investigation services. Calculation of costs, monitoring of costs. Energy-efficiency consultancy services. Dimensional surveying services. Technical inspection services. Construction project management services. Project and design preparation, estimation of costs. Urban planning and landscape architectural 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 service framework agreement for Design & Consultancy Services - Housing Capital Programme for the design and management of works. The aim of which is to ensure good quality property standards are maintained for homes within the borough. Thurrock Council is planning to spend approximately GBP 100m 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 200m over the next 5 years.
To facilitate the delivery of these works, the contracting authorities wish to establish two frameworks. The first framework is a Design and Consultancy Framework - Housing Capital 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 and Consultancy Framework - Housing Capital Programme is divided into 3 lots Lot 1, Lot 2 and Lot 3. Please see the Lot section for a full breakdown of each lot requirements. Suppliers will be able to express an interest for all lots or one individual lot should they wish to do so.
The Framework will be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority.
Under the Public Services (Social Value) Act 2012 the contracting authority must consider,
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract

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: 8Z8BJ7HP2A
Please ensure you follow any instruction provided to you here.
The deadline for submitting your responses is 5.2.2013 at 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 e-sourcing Help desk on : call +44 8452707050 or email

II.1.6)Common procurement vocabulary (CPV)

71000000, 71240000, 71251000, 71300000, 71312000, 71313440, 71315210, 71317210, 71324000, 71334000, 71510000, 71244000, 71314300, 71353200, 71631000, 71541000, 71242000, 71400000

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 GDP
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: Full Design Services for projects with a construction value of GBP 5 000 000 and under
1)Short description
Full Design Services for projects with a construction value of GBP 5 000 000 and under. Services that are required under this lot include;
Lead Consultants
Architect
Structural engineer
Services engineer
CDM Co-ordinator / H&S;
Land surveying/topography/ordinance
Planning/Flood Risk EIA
Party Wall / RoL
Code for Sustainable Homes
Building Control (Approved Inspectors)
2)Common procurement vocabulary (CPV)

71000000, 71240000, 71242000, 71251000, 71312000, 71314300, 71315210, 71317210, 71334000, 71510000, 71353200, 71400000

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: Full Design Services for projects with a construction value of GBP 5 000 001 and above
1)Short description
Full Design Services for projects with a construction value of GBP 5 000 001 and above
Services that are required under this lot include
Architect
Structural engineer
services engineer
CDM Co-ordinator/H&S;
Land Surveying /Topography/Ordinance
PLanning/Flood Risk/EIA
Party Wall/RoL
Code for Sustainable Homes
Building Control (Approved Inspector)
2)Common procurement vocabulary (CPV)

71000000, 71240000, 71242000, 71251000, 71400000, 71312000, 71314300, 71315210, 71317210, 71334000, 71353200, 71510000

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: Delivery Services for New Build & Refurbishment Projects
1)Short description
Delivery Services for New Build and refurbishment Projects. This lot will include the following services.
All the services listed below must be delivered by a single supplier
Employers agent
Project Management
Contract administration
Quantity Surveyor
Cost Consultant
Clerk of Works
2)Common procurement vocabulary (CPV)

71242000, 71244000, 71315300, 71315400, 71631000, 71541000, 71324000

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 PQQ/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 PQQ/tender documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Services required under Lots 1 and 2 can either be supplied by a single supplier undertaking all of the services or by a lead supplier with services provided by sub-contracted third parties. Where the latter grouping is proposed, there must be a nominated lead organisation to contract with the Contracting Authority or purchasing authorities who shall be joint and severally liable in respect to the obligations on all matters relating to the Framework Agreement.
For the avoidance of doubt all of the services required under Lot 3 are to be delivered by a single supplier. Sub contracting or other grouping of suppliers will not be acceptable for this lot.
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 6: and maximum number 8
Objective criteria for choosing the limited number of candidates: For each Lot a minimum of 5 and a maximum 15 suppliers will be invited to tender. It is envisaged that the final framework will have between 6-8 suppliers per lot.
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 638
IV.3.2)Previous publication(s) concerning the same contract
no
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: 4.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.2.2014 - 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
VI.3)Additional information
The contracting authority 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 1.1 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 organisational changes).
i) Gloriana Thurrock Ltd
ii) 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.
iii) 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./8Z8BJ7HP2A

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/8Z8BJ7HP2A

GO Reference: GO-201416-PRO-5370633
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:
6.1.2014