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

Multidisciplinary Services Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Homes and Communities Agency
Woodland, Manton Lane
For the attention of: Deborah Vogwell
MK41 7LW Bedford
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.homesandcommunities.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
National or federal agency/office
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

Homes and Communities Agency
Woodland, Manton Lane, Manton Industrial Estate
MK41 7LW Bedford
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Multidisciplinary 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
NUTS code
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

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

Estimated value excluding VAT:
Range: between 60 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Architectural, construction, engineering and inspection services. Real estate services. Engineering services. Consultative engineering and construction services. Highways engineering services. Railway engineering services. Environmental engineering consultancy services. Archaeological services. Urban planning and landscape architectural services. Urban planning services. Environmental issues consultancy services. The Homes and Communities Agency (HCA) is seeking to appoint a national framework of multidisciplinary service providers to provide the full range of multidisciplinary services including Project Management and Cost Management services, Engineering services, Architecture services, Planning services, Masterplanning services, Landscape architecture services, Ecology and Biodiversity services, Construction Design and Management (CDM) Co-ordinator services, Property Consultancy services and general professional advice and support. The framework is for 4 years and it envisaged that there will be between 15 and 18 framework service providers. Call-offs from the framework will be via competitive process to identify the most economically advantageous framework supplier on a case by case basis.
II.1.6)Common procurement vocabulary (CPV)

71000000, 70000000, 71300000, 71310000, 71311220, 71311230, 71313000, 71351914, 71400000, 71410000, 90713000

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: no
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 HCA maintains other professional services framework for legal, economic appraisal, green estates, agricultural land, and property services. Separate procurements are either underway, being published shortly or in the future. Further details of this are provided in the Memorandum of Information (MoI), The estimate of value reflects usage of the current framework of the HCA and other public bodies over the last 3-4 years and provision for additional amounts contingent on the scale of transfer of land to the HCA under the surplus public sector land initiative.
Estimated value excluding VAT:
Range: between 60 000 000 and 100 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to MoI and Pre-Qualification Questionnaire (PQQ).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to MoI and Pre-Qualification Questionnaire (PQQ).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to MoI and Pre-Qualification Questionnaire (PQQ).
III.1.4)Other particular conditions
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: Refer to MoI and Pre-Qualification Questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to MoI and Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to MoI and Pre-Qualification Questionnaire (PQQ).
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: 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 minimum number 20: and maximum number 30
Objective criteria for choosing the limited number of candidates: Refer to evaluation methodology set out in the MoI.
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:
HCAE14113
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
28.3.2014 - 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: yes
Estimated timing for further notices to be published: January 2017
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 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.
Note that the time and date at IV.3.4 is the date for return of completed PQQs. PQQs to be requested via the above email address.
Submission Instructions for the return of completed PQQs are set out in the MoI.
The comment at V1.1 regarding recurrent procurement is conditional on the HCA establishing that future needs are best met by procuring a replacement framework and gaining the necessary approvals that apply at that time.
All discussions, meetings and communications will be conducted in English.
The contract will be subject to English law. Tenders and all supporting documents must be priced in
GBP and all payments under the contract will be made in GBP.
This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.
Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ('The Act'). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives
a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.

The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visitinghttp://www.homesandcommunities.co.uk/ethical-policies for further information.

All dates included in this notice are provisional and potentially subject to revision.
The HCAs putting in place a Framework Agreement which is accessible for use by the following contracting bodies (and any future successors to these organisations):

Central Government Departments, their agencies and non-departmental public bodies - http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm

Defence Infrastructure Organisation - http://www.mod.uk/defenceinternet/microsite/dio/

Oil & Pipeline Agency - No web site - go through Defence Infrastructure Organisation

Department for Environment, Food and Rural Affairs - http://www.defra.gov.uk/

Environment Agency -http://www.environment-agency.gov.uk/

Natural England - http://www.naturalengland.org.uk/

Department for Transport - http://www.dft.gov.uk/

Highways Agency - http://www.highways.gov.uk/

London & Continental Railways Ltd - http://www.lcrhq.co.uk/

British Rail Board (Residuary) - http://www.brbr.co.uk/

Network Rail - http://www.networkrail.co.uk/

DVLA - http://www.dft.gov.uk/dvla/

VOSA - http://www.dft.gov.uk/vosa/

Highspeed 2 - http://www.hs2.org.uk/abouths2ltd

Home Office - http://www.homeoffice.gov.uk/

Department for Culture Media and Sport - http://www.culture.gov.uk/

Judicial System (Ministry of Justice) - http://www.justice.gov.uk/

DEFRA - http://www.defra.gov.uk/

DCLG - http://www.communities.gov.uk/corporate/

The Crown Estate - http://www.thecrownestate.co.uk/

Department of Education - http://www.education.gov.uk/

Olympic Delivery Authority - http://www.london2012.com/about-us/the-people-delivering-the-games/the-olympic-delivery-authority/

Department of Energy and Climate Change (including Coal Authority) - http://www.decc.gov.uk/

Nuclear Decommissioning Authority - http://www.nda.gov.uk/

NDA Properties Ltd

Business Innovation and Skills - http://www.bis.gov.uk/

Land Registry - http://www.landregistry.gov.uk/

Local Authorities - http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG

A Minister of the Crown http://www.parliament.uk/mps-lords-and-offices/government-and-opposition1/her-majestys-government/

Royal Mail -http://www.royalmail.com/

English Heritage - http://www.english-heritage.org.uk/

Community Land Trusts - http://www.dft.gov.uk/

Olympic Park Legacy Company - http://www.legacycompany.co.uk/

GLA Group - http://www.london.gov.uk/who-runs-london/greater-london-authority/gla-functional-bodies

Department for Health Arms Length Bodies - http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/index.htm

NHS Property Services Ltd

Special Health Authorities - http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

Strategic Health Authorities - http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx

Primary Care Trusts - http://www.nhs.uk/ServiceDirectories/Pages/PrimaryCareTrustListing.aspx

Mental Health Trusts - http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

Care Trusts - http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

NHS Foundations Trusts - http://www.monitor-nhsft.gov.uk/home/about-nhs-foundation-trusts/nhs-foundation-trust-directory

Ambulance Trusts - http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

Extracare Providers - http://www.housingcare.org/elderly-uk-assisted-living-extra-care-housing.aspx

NHS Hospital Trusts - http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx

Community Heath Councils - http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx

Local Health Boards - http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx

General Practitioners - http://www.gmc-uk.org/doctors/register/LRMP.asp

Acute Trust (NHS) - http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

ALMOS - http://www.almos.org.uk/member_list

Fire Authority - http://www.fireservice.co.uk/information/ukfrs

Education Establishments - http://www.education.gov.uk/edubase/search

BBC - http://www.bbc.co.uk/

Police Authorities - http://www.online.police.uk/forces.htm, http://www.apa.police.uk/your-police-authority/contact-information, http://www.apa.police.uk/transition-to-pccs

Ministry of Defence - http://www.mod.uk/DefenceInternet/Home/

Registered Providers / Housing Associations - http://www.homesandcommunities.co.uk/sites/default/files/our-work/list_of_registered_providers_11_nov_2013.xlsx

Almshouses - http://www.almshouses.org/

A local asset backed vehicle or asset investment vehicle between a body listed and a private sector partner,Local Development Agencies

LEPS - http://www.communities.gov.uk/localgovernment/local/localenterprisepartnerships/summaries/

National Parks - http://www.nationalparks.gov.uk/

The City of London Corporation - http://www.cityoflondon.gov.uk/

Transport for London - http://www.tfl.gov.uk/

Greater London Authority - http://london.gov.uk/

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=86653085

GO Reference: GO-2014127-PRO-5417413
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Homes and Communities Agency
St Georges House, Kingsway, Team Valley Trading Estate
NE11 0NA Gateshead
UNITED KINGDOM
Telephone: +44 3001234500

Body responsible for mediation procedures

Homes and Communities Agency
St Georges House, Kingsway, Team Valley Trading Estate
NE11 0NA Gateshead
UNITED KINGDOM
Telephone: +44 3001234500

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority toenable suspension of award proceedings.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Homes and Communities Agency
St Georges House, Kingsway, Team Valley Trading Estate
NE11 0NA Gateshead
UNITED KINGDOM
Telephone: +44 3001234500

VI.5)Date of dispatch of this notice:
27.1.2014