Construction Tenders

Wed October 02 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 15th Jan 2024

Tender Details
Referenceocds-h6vhtk-03d379
Common Procurement VocabularyConstruction consultancy services
Procurement MethodRestricted procedure
Value-
« Previous Page

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 15th Jan 2024

Tender Details
Referenceocds-h6vhtk-03d379
Common Procurement VocabularyConstruction consultancy services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Moat Homes Limited

Mariner House, Galleon Boulevard, Crossways

Dartford

DA2 6QE

Contact

Mr Robert Lewins

Email

Tenders [at] moat.co.uk

Telephone

+44 3003230011

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

www.moat.co.uk

Buyer's address

www.moat.co.uk

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=79e36a8d-bab3-ee11-8127-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=79e36a8d-bab3-ee11-8127-005056b64545

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Employer's Agent Framework

Reference number

DN707015

II.1.2) Main CPV code

  • 71530000 - Construction consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Moat Homes Limited, a prominent provider of affordable housing in the South East of England, including the South East, London, and East of England regions (Essex), is establishing a framework for Employers Agent Consultancy Services.

Description of Framework:

Within this framework, Moat Homes Limited is preparing to collaborate with six selected Employers Agents. These service providers will play a pivotal role in various construction development projects, encompassing new-build housing, property refurbishments, and renovations. As trusted consultants representing Moat Homes Limited, they will closely work with construction developers to ensure the seamless and successful delivery of these projects. Please read the specification for a more detailed description.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71530000 - Construction consultancy services
  • 72224000 - Project management consultancy services

II.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)

II.2.4) Description of the procurement

Moat Home Limited, based in the South East of England, serving areas including the South East, London, and East of England, particularly Essex, is seeking Employers Agent Consultancy Services for our construction development projects. As a dedicated provider of affordable housing, we are committed to delivering high-quality residential properties to meet the growing demand in our region.

Description of Services:

Moat Homes Limited is embarking on a series of construction development projects, ranging from new-build housing to property refurbishments and renovations. We are looking for experienced and knowledgeable Employers Agents who can act as trusted consultants on our behalf, collaborating closely with construction developers to ensure the successful delivery of our projects.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 June 2024

End date

2 June 2028

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Ensuring Project Continuity: Maintaining expertise and seamless project progress. Adapting to Market Conditions: Flexibility to navigate market fluctuations and control costs. Handling Complexity: Effectively managing large-scale projects. Efficient Resource Allocation: Reducing administrative overhead to focus on delivery. Promoting Sustainability: Implementing eco-friendly practices and innovations. Meeting Procurement Needs and Planning: Allowing for strategic adjustments to align with changing requirements and project planning.

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-015755

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

15 February 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 March 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom