Architectural and related services (№13260284)

19 feb

Number: 13260284

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


19-02-2019

Description


  1. Section I
    1. Name and addresses
      First Choice Homes Oldham
      First Place, 22 Union St
      Oldham
      OL1 1BE
      United Kingdom
      Telephone: +44 1613935207
      E-mail: [email protected]
    2. Type of the contracting authority:
      Other type: Housing provider
    3. Main activity:
      Housing and community amenities
  2. Section II
    1. Scope of the procurement:
      1. Title:

        FCHO Consultant Framework Agreement

      2. Main CPV code:
        71200000, 71200000, 71200000, 71317210, 71312000, 79100000
      3. Type of contract:
        Services
      4. Short description:

        FCHO and their development company New Living Homes have an ambitious development programme to deliver a minimum of 800 units by 2020 (200 of which are already under construction) and secure a pipeline of land for a forward programme to be delivered over the next 5 years.

        Sites will be of all tenures and mostly be situated within the Borough of Oldham. However, where good opportunities are present, development activity will move outside of the Borough, particularly for sites containing open market sale properties.

        Sites will range in size and nature; however the challenging conditions and topography surrounding the area will most likely be present on most sites. The programme will contain a range of property types to meet the needs of the market; these will wherever possible be developed from standard house types.

        The programme will contain a mix of tenures, incorporating social rent, affordable rent, PRS, shared ownership, rent to buy and outright sale.

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 4 840 000.00 GBP
    2. Description
      1. Title:

        Architects

      2. Additional CPV code(s):
        71200000
      3. Place of performance:
        Main site or place of performance:

        Greater Manchester.

      4. Description of the procurement:

        Services relating to all “New Build” schemes utilising the JCT Design and Build Contract, commissioned by New Living Homes:

        For works associated with refurbishment projects, services may differ slightly. The Schedule of Services and terms of Appointment will be agreed on an individual project basis for this type of project.

        Similarly, for projects utilising Contract types which differ from the JCT Design and Build, the Schedule of Services and terms of Appointment will be agreed on a project specific basis.

        Work Stages as Appointment, to be as follows:

        (Work stages below correspond with the RIBA Plan of Works 2013)

        Architecture

        0) Strategic Definition (Pre-Contract);

        1) Preparation and Brief;

        2) Concept Design;

        3) Developed Design.

      5. Award criteria:
        Quality criterion - Name: Criterion 1 / Weighting: 60
        Cost criterion - Weighting: 40
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
      9. Title:

        Employers Agent

      10. Additional CPV code(s):
        71200000
      11. Place of performance:
        Main site or place of performance:

        Greater Manchester.

      12. Description of the procurement:

        — advise on suitable tenderers for the build contract, appropriate for the size and nature of the project,

        — prepare tender documents in accordance with framework requirements,

        — issue tender invitations, respond to tender queries and attend tender openings,

        — attend tender interviews or assessments of quality submissions where applicable,

        — liaise with the professional team and advise on errors, omissions, exclusions, qualifications and inconsistencies between the Employer’s Requirements and the tenders received,

        — negotiate and evaluate the contract sum analysis,

        — prepare the tender report, making a recommendation to the client,

        — prepare the Building Contract documentation, including agreeing with the Principal Contractor any amendments necessary to the Employer’s Requirements and the Contractor’s Proposals and have the contract executed and in place before commencement of the works on site.

      13. Award criteria:
        Quality criterion - Name: Criterion 1 / Weighting: 60
        Cost criterion - Weighting: 40
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:
      17. Title:

        Principal Designers

      18. Additional CPV code(s):
        71317210
      19. Place of performance:
        Main site or place of performance:

        Greater Manchester.

      20. Description of the procurement:

        Principal Designer the Consultant will be expected to:

        — perform all duties required of a Designer and Principal Designer under the CDM regulations,

        — verify that “Designers” have the skills, knowledge, experience and organisational capacity to undertake the services in a manner that secures the health and safety of any person affected by the project,

        — advise the client on the need to obtain statutory approvals and to assist the client in discharging its duties as client under the CDM Regulations,

        — receive and collate all relevant pre-construction information about the site from the client or any consultant or third party employed by it and provide that information where required to so under the CDM Regulations to other Designers and the Principal Contractor,

        — upon request of the Client prepare a summary of the key health and safety requirements necessary for the project,

        — prepare the Health and Safety File,

        — advise the Client of the procedures, organisational structure, range of consultants and others to be engaged for the project.

      21. Award criteria:
        Quality criterion - Name: Criterion 1 / Weighting: 60
        Cost criterion - Weighting: 40
      22. Information about options:
        Options: no
      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:
      25. Title:

        Structural Engineers

      26. Additional CPV code(s):
        71312000
      27. Place of performance:
        Main site or place of performance:

        Greater Manchester.

      28. Description of the procurement:

        This scope of services covers Engineering services relating to FCHO schemes including:

        — refurbishment works to existing domestic properties,

        — refurbishment and alteration works to existing sheltered housing accommodation,

        —new Build Housing,

        — new Build Extra Care,

        — new Build Supported Housing.

      29. Award criteria:
        Quality criterion - Name: Criterion 1 / Weighting: 60
        Cost criterion - Weighting: 40
      30. Information about options:
        Options: no
      31. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      32. Additional information:
      33. Title:

        Legal Services for New Build Sites

      34. Additional CPV code(s):
        79100000
      35. Place of performance:
        Main site or place of performance:

        Greater Manchester.

      36. Description of the procurement:

        Services relating to Land Acquisitions

        — open market acquisitions and disposals (freehold or leasehold) of individual units, multiple units or development sites. To include:

        — carrying out a minimum of one site visit to understand the nature of the site and any potential legal issues

        — obtaining and advising on searches, as follows:

        —— coal mining,

        —— environmental,

        —— flood risk,

        —— local authority,

        —— title,

        —— highways,

        —— chancel liability,

        —— utilities, unless already undertaken by FCHO,

        — production of the report on title, to include as a minimum:

        —— executive summary,

        —— key issues to be addressed,

        —— review of the property and title covering leases, transfers, rights and restrictions and access,

        —— review of searches, highlighting any issues to be addressed which will affect or prevent development,

        —— potential planning issues,

        —— SDLT advice,

        —— replies to enquiries,

        —— conclusion,

        —— confirmation of good and marketable title,

        — draft and final copies of the report on title should be provided,

        — preparation, all negotiations and completion of Sale or Development Agreement,

        — production of the completion statement,

        — preparation and completion of the transfer or lease,

        — completion of land registration with the Land Registry.

      37. Award criteria:
        Quality criterion - Name: Criterion 1 / Weighting: 60
        Cost criterion - Weighting: 40
      38. Information about options:
        Options: no
      39. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      40. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Lot No: 1
    2. Award of contract
      1. Date of conclusion of the contract: 2019-01-02
      2. Information about tenders:
        Number of tenders received: 12
        Number of tenders received from SMEs: 12
        Number of tenders received by electronic means: 12
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        PRP Architects LLP
        Summer Road
        Surrey
        United Kingdom
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 1 440 000.00 GBP
      5. Information about subcontracting:

        Lot No: 2
      6. Award of contract
        1. Date of conclusion of the contract: 2019-01-02
        2. Information about tenders:
          Number of tenders received: 20
          Number of tenders received from SMEs: 20
          Number of tenders received by electronic means: 20
          The contract has been awarded to a group of economic operators: yes
        3. Name and address of the contractor:
          Markhams Ltd
          4 Merchants Place
          Liverpool
          United Kingdom
          The contractor is an SME: yes
        4. Information on value of the contract/lot (excluding VAT):
          Initial estimated total value of the contract/lot: 720 000.00 GBP
          Total value of the contract/lot: 720 000.00 GBP
        5. Information about subcontracting:

          Lot No: 3
        6. Award of contract
          1. Date of conclusion of the contract: 2019-01-02
          2. Information about tenders:
            Number of tenders received: 15
            Number of tenders received by electronic means: 15
            The contract has been awarded to a group of economic operators: yes
          3. Name and address of the contractor:
            Whiteley Eaves
            Albert St
            Oldham
            United Kingdom
            The contractor is an SME: yes
          4. Information on value of the contract/lot (excluding VAT):
            Initial estimated total value of the contract/lot: 400 000.00 GBP
            Total value of the contract/lot: 400 000.00 GBP
          5. Information about subcontracting:

            Lot No: 4
          6. Award of contract
            1. Date of conclusion of the contract: 2019-01-02
            2. Information about tenders:
              Number of tenders received: 4
              Number of tenders received from SMEs: 4
              Number of tenders received by electronic means: 4
              The contract has been awarded to a group of economic operators: yes
            3. Name and address of the contractor:
              Alan Johnson Partnership LLP
              1 Dale St
              Liverpool
              United Kingdom
              The contractor is an SME: yes
            4. Information on value of the contract/lot (excluding VAT):
              Initial estimated total value of the contract/lot: 20 000 000.00 GBP
              Total value of the contract/lot: 20 000 000.00 GBP
            5. Information about subcontracting:

              Lot No: 5
            6. Award of contract
              1. Date of conclusion of the contract: 2019-01-02
              2. Information about tenders:
                Number of tenders received: 4
                Number of tenders received from SMEs: 4
                Number of tenders received by electronic means: 4
                The contract has been awarded to a group of economic operators: yes
              3. Name and address of the contractor:
                Walker Morris LLP
                12 King St
                Leeds
                United Kingdom
                The contractor is an SME: yes
              4. Information on value of the contract/lot (excluding VAT):
                Initial estimated total value of the contract/lot: 280 000.00 GBP
                Total value of the contract/lot: 280 000.00 GBP
              5. Information about subcontracting:

          7. Section VI
            1. 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.

              “Under the contract the contractor and its supply chain will be required to actively participate in the achievement of social objectives relating to employment (skills development and training) initiatives. Accordingly the contract performance conditions may relate in particular to social considerations. Further details of any such conditions will be included in the contract documents”.

              To view this notice, please click here:

              https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=368689956

              GO Reference: GO-2019214-PRO-14078532.

            2. Procedures for review
              1. Review body
                First Choice Homes Oldham
                First Place, 22 Union St
                Oldham
                OL1 1BE
                United Kingdom
                Telephone: +44 1613935207
              2. Body responsible for mediation procedures
                First Choice Homes Oldham
                First Place, 22 Union St
                Oldham
                OL1 1BE
                United Kingdom
                E-mail: [email protected]
              3. Service from which information about the review procedure may be obtained
                First Choice Homes Oldham
                First Place, 22 Union St
                Oldham
                OL1 1BE
                United Kingdom
                Telephone: +44 1613935207
                E-mail: [email protected]
            3. Date of dispatch of this notice
              2019-02-14