Architectural and Building Consultants Framework London
The main Lot is for a range of surveying-related services in relation to both refurbishment and repair projects and for newbuild schemes. Lots 2 and 3 are for M&E consultants and Lift Consultants.
United Kingdom-Wembley: Architectural and building-surveying services
2013/S 225-391887
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Brent Housing Partnership Ltd (BHP)
Brent Civic Centre, Engineers Way
HA9 0FJ Wembley
UNITED KINGDOM
Telephone: +44 2089372297
E-mail: contracts@bhphousing.co.uk
Internet address(es):
Electronic access to information: http://www.delta-esourcing.com/respond/32EAUJS498
Electronic submission of tenders and requests to participate: http://www.delta-esourcing.com/respond/32EAUJS498
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
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
London Borough of Brent
Brent Civic Centre, Engineers Way
HA9 0FJ Wembley
UNITED KINGDOM
The 33 London Borough Councils
London
London
UNITED KINGDOM
Other London-based social housing organisations
London
London
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Consultants 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 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
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Architectural and building-surveying services. Building surveying services. Building services consultancy services. The main Lot is for a range of surveying-related services in relation to both refurbishment and repair projects and for newbuild schemes. Lots 2 and 3 are for M&E consultants and Lift Consultants.
II.1.6)Common procurement vocabulary (CPV)
71251000, 71315300, 71315210
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:
II.2.2)Information about options
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)
Information about lots
Lot No: 1 Lot title: Surveying consultants
1)Short description
Surveying-related consultancy services across a number of general disciplines and specialist services for refurbishment and repair projects and for new build projects. Some architecture-related services may be required.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
BHP have a capital programme of approx 20m per annum GBP and the Council around 5m per annum GBP. One or more consultants on this Lot may be used to manage some or all of this work or may be used to provide specific services.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
4 consultants will be appointed.
Lot No: 2 Lot title: M&E Consultants
1)Short description
Consultancy services for M&E projects.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Call offs from this Lot could be made for projects with fees of up to 50,000 per annum GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
1 consultant will be appointed.
Lot No: 3 Lot title: Lift consultants
1)Short description
Lift consultants/engineers for surveying lifts, specifying and possibly tendering lift renewals /refurbishments.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
It is anticipated that projects with fees of up to 50,000 GBP per annum could be called off this Lot.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
1 consultant will be appointed.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Will be stated in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will be stated in the contract documents.
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
The performance of the contract is subject to particular conditions: no
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Interested consultants are required to complete a Pre-Qualification Questionnaire which is consistent with Directive 2004/18/EC. The PQQ, together with the evaluation methodology are available as detailed in VI.3 and must be returned by the date in IV.3 through the Delta e-sourcing site.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ and associated documents.
Minimum level(s) of standards possibly required: As set out in the PQQ and associated documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the PQQ and associated documents.
Minimum level(s) of standards possibly required:
As set out in the PQQ and associated documents.
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: yes
Reference to the relevant law, regulation or administrative provision: As detailed in the documents.
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
Objective criteria for choosing the limited number of candidates: Detailed in PQQ documents.
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:
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
20.12.2013 – 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.1.2014
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
This is a recurrent procurement: no
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.
Brent Housing Partnership Ltd. (BHP) is an arms length management organisation owned by and managing the housing stock of Brent Council. We are planning to transform our estates through some new long term contracts for major works, responsive repairs and newbuild which will involve community asset planning and long term investment so that whole estates are considered and residents involved from the start. We are seeking consultants who will work closely with us and our framework contactors to deliver integrated, efficient and high quality services and works to our residents.
The framework will also be used by Brent Council and is open to other London-based social housing organisations and the 33 London Borough Councils. The indication of contract values given above apply only to BHP and Brent Council. Where appropriate for particular lots, values of projects for which these services will be required has been given, in place of values of anticipated services, because of the difficulty in estimating these.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Architectural-and-building-surveying-services./32EAUJS498
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/32EAUJS498
GO Reference: GO-20131119-PRO-5275493
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
High Court, Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will observe a minimum 10 calendar standstill period from the day after communication to tenderers of the authority’s intended award decision. This is to allow unsuccessful tenderers to obtain further information before the contract is entered into. There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulation 2006 (as amended) provide for an aggrieved party to apply to the High Court of England and Wales concerning the alleged breach of the 2006 Regulations. Any such action must be brought within 30 days of knowledge of the alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in VI.4.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Brent Housing Partnership Ltd
Brent Civic Centre
HA9 0FJ Wembley
UNITED KINGDOM
Telephone: +44 2089372297
VI.5)Date of dispatch of this notice:19.11.2013