Appointment of Consultants Framework for Building of New Homes
Notting Hill Housing and Sellar Design + Development wish to establish Framework Agreements for Project Light. The project will deliver a total of 1 030 new homes, ranging from studios to four bed apartments, as part of a wide-scale regeneration of the Canada Water area.
United Kingdom-London: Architectural and related services
2014/S 196-346890
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Notting Hill Housing Trust
Bruce Kenrick House, 2 Killick Street
Contact point(s): Central Purchasing Unit
N1 9FL London
UNITED KINGDOM
Telephone: +44 2083575000
Internet address(es):
General address of the contracting authority: http://www.nottinghillhousing.org.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
Contact point(s): Procurement and Supply Chain Management
For the attention of: Alan Saunders
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619259
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
Contact point(s): Procurement and Supply Chain Management
For the attention of: Alan Saunders
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619259
Internet address: http://www.sweettgroup.com
Tenders or requests to participate must be sent to: Sweett Group Ltd
60 Gray’s Inn Road
Contact point(s): Procurement and Supply Chain Management
For the attention of: Alan Saunders
WC1X 8AQ London
UNITED KINGDOM
Telephone: +44 2070619000
Internet address: http://www.sweettgroup.com
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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: London and South East.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
The properties will be available in a mix of private sale, private rent and affordable, and will be created alongside 200 000 sqft of commercial space and a host of new community facilities. The project programme runs over a seven year period. The estimated total contracts values for the four year framework is GBP 15 000 000.
The project is being delivered in four phases and it is anticipated that the consultants appointed under this framework will deliver services for phases 2, 3 and 4 of the development.
We are seeking to appoint the following 5 consultancy disciplines:
Lot 1: Mechanical and Electrical Engineer
Lot 2: Architectural Services
Lot 3: Landscape Architect
Lot 4: Structural, Civil and Geotechnical Engineer
Lot 5: Planning Consultant
Under the Framework Agreement NHH and its subsidiaries (both current and future) will have the option to call-off contracts with consultants as and when services are required. Current subsidiaries include Project Light Development 1 Limited, Project Light Development 2 Limited, Notting Hill Home Ownership, Notting Hill Commercial Properties Ltd, Notting Hill Developments Ltd, Notting Hill Market Rent Ltd, Canonbury Developments Ltd, Great Eastern Quay Ltd, Great Eastern Homes LLP, Coreland Limited, Arawak Developments Limited, Touareg Trust, Cheynne Limited, Ajanta Homes Limited, Notting Hill Home Options Limited, Goat Wharf Limited, Grange Walk Notting Hill Limited; Project Light (Market Rent) Limited.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=140550
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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, 71420000, 71312000, 71240000, 71400000, 71410000, 71334000, 71321000, 71332000, 71311000, 71311100, 71313000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1Lot title: Mechanical and Electrical Engineer
1)Short description
2)Common procurement vocabulary (CPV)
71334000, 71321000
3)Quantity or scope
Lot No: 2Lot title: Architectural Services
1)Short description
2)Common procurement vocabulary (CPV)
71000000, 71200000, 71210000, 71221000, 71240000, 71250000, 71251000
3)Quantity or scope
Lot No: 3Lot title: Landscape Architect
1)Short description
2)Common procurement vocabulary (CPV)
71420000, 71400000
3)Quantity or scope
Lot No: 4Lot title: Structural, Civil and Geotechnical Engineer
1)Short description
2)Common procurement vocabulary (CPV)
71312000, 71311000, 71322000, 71311100, 71332000, 71313000
3)Quantity or scope
Lot No: 5Lot title: Planning Consultant
1)Short description
2)Common procurement vocabulary (CPV)
71240000, 90712100
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
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
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 applying for the Mechanical and Electrical Engineer, Architect, Landscape Architect and Structural, Civil and Geotechnical Engineering lots 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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
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
Section VI: Complementary information
VI.3)Additional information
(MT Ref:140550)
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
High Court of England and Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail: servicedesk@cabinet-office.gsi.gov.uk
VI.5)Date of dispatch of this notice: