Construction Contract Leads
East of England
Category Services
Type
No. of Lots 6
Status Active
Published 13th Nov 2023
Reference | ocds-h6vhtk-04179f |
Common Procurement Vocabulary | Building consultancy services |
Procurement Method | Restricted procedure |
Value | £5,200,000 |
East of England
Category Services
Type
No. of Lots 6
Status Active
Published 13th Nov 2023
Reference | ocds-h6vhtk-04179f |
Common Procurement Vocabulary | Building consultancy services |
Procurement Method | Restricted procedure |
Value | £5,200,000 |
Section I: Contracting authority
I.1) Name and addresses
THE HAVEBURY HOUSING PARTNERSHIP
Havebury House, Western Way
BURY ST EDMUNDS
IP333SP
Contact
Havebury Procurement
contracts [at] havebury.com
Telephone
+44 1284722031
Country
United Kingdom
NUTS code
UKH1 - East Anglia
Companies House
RS007648
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://havebury.wax-live.com/S2C/SignIn.aspx
I.4) Type of the contracting authority
Other type
Registered Social Housing Provider
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for the Provision of Professional Consultancy Services for Housing Development (2024-2028)
Reference number
CON0353
II.1.2) Main CPV code
- 71315200 - Building consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
The Havebury Housing Partnership is procuring a framework of consultants to support a development programme for the delivery of new homes across the East Anglia region. It is envisaged that the delivery will be divided between Land-Led, S106 and Package Deal schemes, with projects primarily being newbuild, but redevelopment or rehabilitation of existing dwellings may also be included.
The consultancy services required are Architects, Planning Consultants, Employer's Agents, CDM Principal Designer/Adviser, Clerk of Works and Valuers.
We anticipate awarding a maximum of 4 x Architects for Lot 1, 4 x Planning Consultants for Lot 2, 6 x Employer's Agents for Lot 3, 6 x CDM Principal Designer/Adviser for Lot 4, 6 x Clerk of Works for Lot 5 and 4 x Valuers for Lot 6.
II.1.5) Estimated total value
Value excluding VAT: £5,200,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Architects
Lot No
1
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Area of operations are within a 50-mile radius of Bury St Edmunds.
II.2.4) Description of the procurement
Professional construction architectural services for new build residential schemes or refurbishment projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £540,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation for further criteria information.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Planning Consultants
Lot No
2
II.2.2) Additional CPV code(s)
- 71410000 - Urban planning services
II.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
Area of operations within a 50-mile radius of Bury St Edmunds.
II.2.4) Description of the procurement
Professional construction planning consultant services for new build or refurbishment projects of residential developments.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £100,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation for further criteria information.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Employer's Agent
Lot No
3
II.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Area of operations are within a 50-mile radius of Bury St Edmunds.
II.2.4) Description of the procurement
Professional construction employer's agent services for new build residential schemes and refurbishment projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £2,340,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation for further criteria information.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
CDM Principal Designer/Adviser
Lot No
4
II.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Area of operations are within a 50-mile radius of Bury St Edmunds.
II.2.4) Description of the procurement
Professional construction management CDM Principal Designer/Adviser services for new build residential schemes and refurbishment projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £252,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation for further criteria information.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Clerk of Works
Lot No
5
II.2.2) Additional CPV code(s)
- 71315400 - Building-inspection services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Area of operations are within a 50-mile radius of Bury St Edmunds.
II.2.4) Description of the procurement
Professional construction management clerk of works services for new build and refurbishment residential schemes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £1,560,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation for further criteria information.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Valuers
Lot No
6
II.2.2) Additional CPV code(s)
- 70121000 - Building sale or purchase services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Area of operations are within a 50-mile radius of Bury St Edmunds.
II.2.4) Description of the procurement
Professional valuation services of residential homes and projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £400,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation for further criteria information.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
There are specific professional memberships/accreditations required to participate in this procurement - Please refer to the procurement documentation for full details.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
11 December 2023
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 January 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom