Employers Agents Services Dartford
Maximum number of participants to the framework agreement envisaged: 4.
UK-Dartford: Building consultancy services
2013/S 087-148085
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Moat Homes Ltd
Mariner House, Galleon Boulevard, Crossways, Kent
Contact point(s): Procurement
For the attention of: Marian Burke
DA2 6QE Dartford
UNITED KINGDOM
Telephone: +44 8453596463
E-mail: marian.burke@moat.co.uk
Internet address(es):
General address of the contracting authority: www.moat.co.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA2821
Further information can be obtained from: Moat Homes Ltd
Mariner House, Galleon Boulevard, Crossways, Kent
Contact point(s): Procurement
For the attention of: Marian Burke
DA2 6QE Dartford
UNITED KINGDOM
Telephone: +44 8453596463
E-mail: marian.burke@moat.co.uk
Internet address: www.moat.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Moat Homes Ltd
Mariner House, Galleon Boulevard, Crossways, Kent
Contact point(s): Procurement
For the attention of: Marian Burke
DA2 6QE Dartford
UNITED KINGDOM
Telephone: +44 8453596463
E-mail: marian.burke@moat.co.uk
Internet address: www.moat.co.uk
Tenders or requests to participate must be sent to: Moat Homes Ltd
Mariner House, Galleon Boulevard, Crossways, Kent
Contact point(s): Procurement
For the attention of: Marian Burke
DA2 6QE Dartford
UNITED KINGDOM
Telephone: +44 8453596463
E-mail: marian.burke@moat.co.uk
Internet address: www.moat.co.uk
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: South East of England.
NUTS code UKJ
maximum number of participants to the framework agreement envisaged: 4
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 1 750 000 and 2 225 000 GBP
Frequency and value of the contracts to be awarded: Monthly awarded contracts average value 40000 GBP to 60000 GBP.
Pre-contract and site assessments
Site appraisals
Project Planning and Forecasting
Project delivery and management
Project Handover
Defects Management
These services are to be provided on new build development projects, both Section 106 and Land-led arrangements and also large scheme refurbishment, regeneration and redevelopment sites.
Services required will vary by project and at some times Moat may require consultative services that are associated with new developments that are outside of this scope. In addition Moat may require consultative support associated with the acquisition and disposal of land and/or stock.
All instructions under the framework will be secured through a mini-tender process. The process will be developed to allow a mini-tender and consultant appointment within 48hrs to avoid delays in finalising the development arrangement. This mini-tender process will be based on a cost submission from all framework consultants and a way of assessing previous experience on similar schemes. More details of mini-tender process will be given within the ITT documents.
The framework will be delivered under the TPC2005 with 2008 Amends contract with individual instructions given against a formal purchase order and project brief.
We will also expect all framework consultants to support Moat and the development team on a range of added value initiatives. This will include:
Supporting the Moat Work Ready Programme – through the provision of resident workshops, office based work placements and job shadowing (as part of the Social Value Act)
Training sessions with staff within the development and property services department
Updates on developments within the sector and best practise advice.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=104478.
71315200, 71315300, 71631300, 45400000, 71247000, 71251000, 71315200, 71530000, 73220000
Moat works in Kent, Essex, Sussex and South East London
The current split of work for the AHP is:
Kent : 679
Sussex : 294
Essex : 387
SE London : 347
The current programme is 45% land led and 55% S106 schemes
In addition Moat is delivering a further 384 units at Greenwich Peninsula and Greenwich Millennium Village.
Estimated value excluding VAT:
Range: between 1 750 000 and 2 225 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: There are a number of other conditions relating to the tender process:
Company credit check will be carried out
Elements of the tender evaluation are based on pass/fail criteria
Appropraite insurances will need to be in place or confirmed as a pass/fail criteria. Confirmation of obtaining insurance levels is adequate
Pre qualification criteria will be based on pass/fail elements and 100% quality assessment
Framework particulars
All contracts will be awarded based on a mini-tendering process
KPI’s will be in place to monitor all contract performance under the framework
As a services framework suppliers will be required to support the social value act 2013
The framework provides no committment of value or frequency of contracts.
Moat reserve the right to use similar or exact services outside of the framework if this is appropraite on schemes where an employers agent is already attached.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
There will be a probity declaration based on any association with employees or board members of Moat.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
References of previous experiance will be sought
Minimum level(s) of standards possibly required: 2 million professional indemnity insurance
5 million public liability insurance
10 million employee liability insurance
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(3) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: To ensure that a reasonable number of contracts are awarded to the framework suppliers and that long term relationships can be built up with these suppliers during the term of the framework
Section VI: Complementary information
Estimated timing for further notices to be published: April 2017
Health and Safety
Code of conduct
Environment and Sustainability
Customer Care
The awarded framework providers will need to supply these policies and procedures on award of the framework.
(MT Ref:104478)
High Court
The Strand
SW1 London
UNITED KINGDOM
Body responsible for mediation procedures
High Court
The Strand
SW1 London
UNITED KINGDOM
High Court
The Strand
SW1 London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:29.4.2013