Construction related Consultancy Services Liverpool
The Contract is split into 9 lots, LMH are looking for some to be set up as frameworks and others as single supplier contracts.
United Kingdom-Liverpool: Architectural, construction, engineering and inspection services
2014/S 070-120738
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Liverpool Mutual Homes
Procurement, LMH @ The Observatory
For the attention of: Mr Michael Bootman
L1 6RA Liverpool
UNITED KINGDOM
Further information can be obtained from: The Chest
Further information can be obtained through LMH’s electronic sourcing portal The Chest www.thechest.nwce.gov.uk
UNITED KINGDOM
Internet address: www.thechest.nwce.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Chest
Contract Overview PQQ Instructions Can be downloaded electronically via The Chest. www.thechest.nwce.gov.uk
Tenders or requests to participate must be sent to: The Chest
All Tenders must be submitted via The Chest – www.thechest.nwce.gov.uk All Requests to Participate must be submitted via The Chest www.thechest.nwce.gov.uk
Section II: Object of the contract
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: Liverpool and surrounding areas.
NUTS code UKD5
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: 3 000 000 GBP
Frequency and value of the contracts to be awarded: The Contract is split into 9 lots, LMH are looking for some to be set up as frameworks and others as single supplier contracts.
Housing Maintenance Solutions (HMS) is an award winning building and maintenance contractor delivering services to customers across the North West of England. It was established in July 2011 as a wholly owned subsidiary of Liverpool Mutual Homes (LMH) with the aim of directly undertaking operational activity for LMH’s responsive repair and maintenance requirements. Additional workstreams and projects for new clients have enabled HMS to continue their growth.
LMH and HMS (we) wish to procure a suingle suppliers and Frameworks of new supplier(s) to support our growth ambitions and future investment in our existing stock.
We intend to create a consultants Framework and some single suppliers for the provision of property related professional services consisting of construction related professionals and property/land related professionals. It is our intention that this Framework shall be available to associate companies and subsidiaries and any other wholly or partly owned companies set up by LMH qualifying for a “Teckal” exemption.
No guarantee can be given regarding the volume of business placed with any individual Supplier(s). As a guide to tenderers, the expenditure on this contract will be approximately GBP 625,000 per annum.
Supplier(s) must supply a copy of all insurance policies and certifications which must be current and valid during the contract term. The Supplier must notify us of any changes to original documents submitted during the tender process.
The contract documents will be based on NEC Framework Contract with call-off being based on the NEC Professional Services Contract Documents. The full Terms and Conditions will be issued at the ITT stage including specific Z clauses.
71000000, 71223000, 71220000, 71200000
Tenders may be submitted for one or more lots
A preferred list of circa 4/5 suppliers is envisaged to undertake Architectural Design Services on existing LMH stock which may be the subject of further appraisal by the Asset Management team. This may include appointment for stage 1 only through to stage 4 of the RIBA Plan of Work 2013.
In order to be eligible for this lot, it will be expected that your organisation understands the concept of Building Information Modelling.
An element of this commission may also include some new build properties.
Overall, submissions at ITT stage will be based on 70 % quality and 30 % price.
Mini competition call off on the Framework will be on the same basis.
The anticipated value of this Lot over a 4 year period will be circa GBP 500,000.
Lot 2
Specification Build Architects
A preferred list of circa 3/4 suppliers is envisaged to undertake full Architectural Design Services on new build development opportunities. This will include for full specification design. This may include appointment for stage 1 only through to stage 7 of the RIBA Plan of Work 2013.
Overall, submissions at ITT stage will be based on 70 % quality and 30 % price.
Mini competition call off on the Framework will be on the same basis.
The anticipated value of this Lot over a 4 year period will be circa GBP 150,000
Lot 3
Structural Consultancy Services
A preferred list of circa 2/3 suppliers is envisaged to provide structural advice on new build and refurbishment schemes. This may include high rise, existing long term void properties, general needs new build properties and Listed Buildings.
Overall submissions at ITT stage will be based on 30 % price and 70 % quality.
Mini competition call off on the Framework will be on the same basis.
The anticipated value of this Lot over a 4 year period will be circa GBP 400,000.
Lot 4
Mechanical and Electrical Engineering Services
A preferred list of 2/3 suppliers is envisaged to provide full mechanical and electrical design input and advice to various refurbishment schemes both domestic and commercial and potentially some new build opportunities. The role will involve working with LMH appointed architects.
In order to be eligible for this lot, it will be expected that your organisation understands the concept of Building Information Modelling.
Overall submissions at ITT stage will be based on 50 % price and 50 % quality.
Mini competition call off on the Framework will be on the same basis.
The anticipated value of this Lot over a 4 year period will be circa GBP 200,000.
Lot 5
Valuations
A preferred list of 2/3 suppliers is envisaged to provide Red book valuations conducted by a member of the RICS and in full accordance with RICS practice standards. Valuations will need to include site purchase value, completed unit open market sales value, completed unit open market rent value, 1999 values, updated sales, market rents and 1999 values three months prior to practical completion of units. The service is primarily to cover residential new build however may also include existing stock and commercial premises valuations.
Overall submissions at ITT stage will be based on 70 % price and 30 % quality.
Mini competition call off on the Framework will be on the same basis.
The anticipated value of this Lot over a 4 year period will be circa GBP 100,000.
Lot 6
Cost Consultants – Client – working solely for Liverpool Mutual Homes
Tenderer can bid for Lots 6 and 7 but LMH require a separation of duties with our works contractor HMS, therefore the top suppliers will be shortlisted to the ITT stage but no supplier will be shorlisted to ITT stage for both lots. It is in suppliers interest to bid for the lot that mots suits their specialist.
A single supplier is required to provide cost consultancy services to the LMH Improvement programme. This will include issuing contract variations, coordinating agreement to compensation events, agreeing monthly valuation dates with contractor and LMH Finance team, processing valuations including liaison with all parties, monthly cash flow forecasting and monthly investment programme summary reporting,
Overall submissions at ITT stage will be based on 30 % price and 70 % quality.
The anticipated value of this Lot is circa GBP 1,000,000 over 4 years.
Lot 7
Quantity Surveying Services – Contractor – working solely for Housing Maintenance Solutions
Tenderer can bid for Lots 6 and 7 but LMH require a separation of duties with our works contractor HMS, therefore the top suppliers will be shortlisted to the ITT stage but no supplier will be shorlisted to ITT stage for both lots. It is in suppliers interest to bid for the lot that mots suits their specialist.
A single supplier is required to provide Quantity Surveying services to HMS other Group Operating companies as part of LMH Construction, Development and Maintenance programmes. This will include; Estimating, contract administration and monitoring of variations, , compiling monthly valuations , monthly cash flow forecasting and subcontractor negotiation and payments.
Overall submissions at ITT stage will be based on 50 % price and 50 % quality.
The anticipated value of this Lot is circa GBP 60,000 over 4 years.
Lot 8
Development Consultant
A preferred list of 2/3 suppliers is envisaged to provide professional advice including but not limited to Building Surveying, Code for Sustainable Homes Assessment, Housing Quality Indicator Assessment and Bid preparation/ development appraisals and programme and project management.
Overall submissions at ITT stage will be based on 30 % price and 70 % quality.
Mini competition call off on the Framework will be on the same basis.
The anticipated value of this Lot is circa GBP 150k over 4 years.
Lot 8
CDMc
A single supplier is required to provide full CDMc services for all LMH Investment and Development works programmes. The role will be to provide the full scope of CDMc services and will include for some in-house staff training and working in partnership with both LMH staff and other third parties including contractors.
Overall submissions at ITT will be based on 50 % price and 50 % quality.
The anticipated value of this Lot is GBP 300k over 4 years.
Description of these options: The contract is for 2 years with the option to extend for a further 2 years subject to; spend analysis, supplier performance and internal objectives.
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Architects
In order to be eligible for this lot, it will be expected that your organisation understands the concept of Building Information Modelling.
An element of this commission may also include some new build properties.
71000000, 71223000, 71220000, 71200000
71000000, 71223000, 71220000, 71200000
71000000, 71223000, 71220000, 71200000
In order to be eligible for this lot, it will be expected that your organisation understands the concept of Building Information Modelling.
71000000, 71223000, 71220000, 71200000
71000000, 71223000, 71220000, 71200000
LMH is seeking to appoint a single supplier to provide cost consultancy services to the LMH Improvement programme. This will include issuing contract variations, coordinating agreement to compensation events, agreeing monthly valuation dates with contractor and LMH Finance team, processing valuations including liaison with all parties, monthly cash flow forecasting and monthly investment programme summary reporting,
71000000, 71223000, 71220000, 71200000
Housing Maintenance Solutions is seeking to appoint a single supplier to provide Quantity Surveying services to HMS and possibly other Group Operating companies as part of LMH Construction, Development and Maintenance programmes. This will include; Estimating, contract administration and monitoring of variations, compiling monthly valuations , monthly cash flow forecasting and subcontractor negotiation and payments.
71000000, 71223000, 71220000, 71200000
71000000, 71223000, 71220000, 71200000
71000000, 71223000, 71220000, 71200000
Section III: Legal, economic, financial and technical information
As per PQQ Instructions, the below sections must be answered and evaluated according to the Instructions.
1 Organisational Information Mandatory – For Information.
1 Consortia Organisation Information Mandatory – For Information.
2 Professional Standing pass / fail (In / Out).
3 Conflict of Interest pass / fail (In / Out).
4 Financial and Insurance Information pass / fail (In / Out).
5 Equality & Diversity pass / fail (In / Out).
6 Technical Information pass / fail (In / Out).
Scored & Weighted (100 %).
7 Health and Safety pass / fail (In / Out).
8 Environmental pass / fail (In / Out).
9 Quality and Data Protection pass / fail (In / Out).
10 Declaration pass / fail (In / Out).
Reference to the relevant law, regulation or administrative provision: As per PQQ Questions, some Lots require Organisational Accreditations.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Tenderers will be shortlisted based on passing the hard-gate sections such as:
Professional Standing;
Conflict of Interest;
Finance & Insurance Info;
Equality and Diversity;
Health and Safety;
Environmental Information;
Quality and Data Protection.
If tenderers pass these sections, they are evaluated on their responses to the Technical Information questions that are based around: capacity, capability, competence and experience of bidders.
Payable documents: no
Section VI: Complementary information
VI.5)Date of dispatch of this notice:3.4.2014