Development Surveys Framework Derby
9 Lots. Lot 1 — General site information; Lot 2 — Ecology survey; Lot 3 — Topographical survey; Lot 4 — Flood risk assessment.
United Kingdom-Derby: Surveying services
2016/S 127-227711
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Council House
Derby
DE1 2FT
United Kingdom
Contact person: Robert Hunter
Telephone: +44 332888777
E-mail: robert.hunter@derbyhomes.org
NUTS code: UKF11
Internet address(es):Main address: http://www.derbyhomes.org/
I.1)Name and addresses
The Council House, Corporation Street
Derby
DE1 2FT
United Kingdom
Telephone: +44 332888777
E-mail: robert.hunter@derbyhomes.org
NUTS code: UKF11
Internet address(es):Main address: http://www.derby.gov.uk/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Development Surveys.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework is for the various surveys, architectural services and audits related to the development teams activity during our new build programme. The framework is split into lots and a Service Provider may submit prices for any of the lots that they see fit.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 — General site information;
Lot 2 — Ecology survey;
Lot 3 — Topographical survey;
Lot 4 — Flood risk assessment;
Lot 5 — Geo-technical soil testing;
Lot 6 — Air tightness testing and acoustic testing;
Lot 7 — Code for sustainable homes surveys and assessments;
Lot 8 — Architectural design and services;
Lot 9 — Audit services.
II.2.1)Title:
Development Surveys — General Site Information
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
The Service Provider is to investigate a site to assess its suitability for a project/development and to provide a report on the risks associated with the project/development.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Ecology Survey
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
Service Provider shall undertake the following services as part of this contract:
Preliminary Ecological Appraisals (PEAs);
Hedgerow Surveys;
River Corridor and River Habitat Surveys;
National Vegetation Classification (NVC) Surveys;
Invasive Plant Surveys;
Aquatic Macrophyte Surveys;
Lower Plant Surveys;
Bat Surveys.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Topographical Survey
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
As part of the assessment for developments, the Client will require an accurate topographical survey to be undertaken of the site (s).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Flood Risk Assessment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
The Client will require the Service Provider to develop and issue a full flood risk assessment report in line with the requirements set out by the National Planning Policy Framework (NPPF).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Geotechnical Soil Testing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
The Client requires a full review of any potential site (s) and the history of the site (s) so that a suitable method of design and construction may be adopted for new domestic properties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Air Tightness Testing and Acoustic Testing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
An air tightness test and an acoustic test will be undertaken to determine a properties conservation of fuel and power and resistance to the passage of sound. Tests will be undertaken in accordance with approved document part L1A and approved document part E.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Code for Sustainable Homes Surveys and Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
Although the code for sustainable homes has now been withdrawn, the Client will still require a Service Provider to undertake the delivery of sustainable homes surveys, assessments and subsequent certification, in accordance with the Homes and Communities Agency’s Code for Sustainable Homes Technical Guide dated November 2010.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Architectural Design and Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
It is envisioned that the Client will utilise the services of Derby City Council’s own in-house architects department for the delivery of such services. However, from time to time, the Client will employ a Service Provider to undertake such services.
Examples (but not an exhaustive list) of the types of projects that the Service Provider will undertake include:
— The layout of existing building drawings;
— The design of 2 storey extensions;
— The design of single storey extensions;
— The design of internal alterations;
— The design of new build houses or bungalows;
— The design of refurbishment projects (small and large scale).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Development Surveys — Audit Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Derby.
II.2.4)Description of the procurement:
In order to draw funding from the Affordable Housing Programme (AHP) 2015-18 provided by the Homes and Community Agency (HCA), the Client needs to provide a Compliance Audit undertaken by an Independent Auditor (the Service Provider). This is to ensure that policies, funding conditions and procedures, as set by the HCA, are followed correctly.
All works within the lot will be undertaken in conjunction with the HCA guidelines.
The Service Provider must provide evidence that their staff and/or operatives have obtained and hold the following:
— MRICS or FRICS accredited Surveyor;
— ACA or FCA Chartered Accountant;
— ACCA or FCCA Chartered Certified Accountant.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, Fresh.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Criteria for each lot, is stated within the contract documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
All information is available within the contract documents.
III.2.2)Contract performance conditions:
Performance information is available within the contract documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Surveying-services./569NC2789P
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/569NC2789P
GO Reference: GO-2016630-PRO-8427953.
VI.4.1)Review body
The Council House, Corporation Street
Derby
DE1 2FT
United Kingdom
VI.4.3)Review procedure
The Council will incorporate a minimum of 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated within this notice. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed, or are at risk of harm, by a breach of the rules, to take action in the High Court (England, Wales and Northern Island). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a Contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into, the Court may only award damages or, where the Contract award procedures have not been followed correctly, declare the contract to be ‘ineffective’.
VI.5)Date of dispatch of this notice:
Related Posts
Geotechnical Services Framework Agreement
Topographical Surveys Contract Glasgow