Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 7

Status Active

Published 24th May 2024

Tender Details
Referenceocds-h6vhtk-046a39
Common Procurement VocabularyBuilding consultancy services
Procurement MethodOpen procedure
Value£82,000,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 7

Status Active

Published 24th May 2024

Tender Details
Referenceocds-h6vhtk-046a39
Common Procurement VocabularyBuilding consultancy services
Procurement MethodOpen procedure
Value£82,000,000

Section I: Contracting authority

I.1) Name and addresses

South East Consortium

Grosvenor House, 125 High Street, Croydon

Surrey

CR0 9XP

Email

info [at] southeastconsortium.org.uk

Telephone

+44 2080362942

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

http://www.southeastconsortium.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA18401

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

South East Consortium Asset Consultancy Framework

II.1.2) Main CPV code

  • 71315200 - Building consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

We’re tendering a framework for Asset Consultancy Services The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years. If successful, you will have the opportunity to be awarded regional contracts through “direct selection” or “Mini Competition”. The duration of contracts called off may, where appropriate, exceed the duration of the framework.

II.1.5) Estimated total value

Value excluding VAT: £82,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Multi Disciplinary Consultancy Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This lot will provide clients with services that include the following:

Project Management

Building Surveying

Structural Engineering

Clerk of Works

Quantity Surveying

Employers Agent

Principal Designer

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Price / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £45,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Services The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years.

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.

II.2) Description

II.2.1) Title

Stock Condition Surveys

Lot No

2

II.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This lot will provide clients with services that include the following:

Stock condition surveys to various tenure properties

Domestic EPCs

Non Domestic EPCs

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Pricing / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years.

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.

II.2) Description

II.2.1) Title

Zero Carbon Consultancy Services

Lot No

3

II.2.2) Additional CPV code(s)

  • 09300000 - Electricity, heating, solar and nuclear energy

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This lot will provide clients with services that include the following:

Zero carbon consultancy services for new build development projects

Zero carbon consultancy services for refurbishment projects

BREEAM assessments

RdSAP, SAP and EPC assessments

HQM assessments

Passive House assessments

SBEM and Life Cycle carbon assessments

Psi (Ψ) Value Calculations

Overheating Assessment Services

Funding Advice Services

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Pricing / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years.

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.

II.2) Description

II.2.1) Title

Mechanical & Electrical Consultancy Services

Lot No

4

II.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

1.3 Service Aims

This lot will provide clients with services that include the following:

Mechanical and Electrical engineering services for new build and development projects

Mechanical and Electrical engineering services for refurbishment and maintenance projects

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Pricing / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.

II.2) Description

II.2.1) Title

Development Management Services

Lot No

5

II.2.2) Additional CPV code(s)

  • 70110000 - Development services of real estate
  • 70331000 - Residential property services
  • 70122000 - Land sale or purchase services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This Lot will provide clients with services for the clients’ Development team that include the following:

Land acquisition.

Scheme viability and appraisal.

Pre-planning capacity work and planning application support.

Cost budgeting and contractor procurement.

On site project/development management quality assurance role through the construction phase.

Service providers in this Lot will deliver the work required and will manage the wider professional team on the client’s behalf.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Pricing / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.

II.2) Description

II.2.1) Title

Architectural Consultancy Services

Lot No

6

II.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This lot is intended to provide a full range of Architectural Services. Architects will follow the RIBA Plan of Work 2020 Stages 0 – 7 either as a package or as separate stages

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Pricing / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.

II.2) Description

II.2.1) Title

Planning Consultancy Services

Lot No

7

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This lot is intended for Planning Consultants that are experts in property development and management with specific knowledge of planning permission. The Planning Consultant will provide a full range of planning consultant services including but not limited to advising, planning, and consulting within the fields of planning applications, planning appeals, planning enforcement, planning objections, housing economics, and property development.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Cost criterion - Name: Pricing / Weighting: 55

II.2.6) Estimated value

Value excluding VAT: £2,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework will run for 3 years + 1 (36 months + 12 months), subject to review, to a maximum of 4 years

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

II.2.14) Additional information

All pricing for this framework procurement must include provision for the SEC Levy at 2%.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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

Envisaged maximum number of participants to the framework agreement: 64

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: 2021/S 134-331370

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

Date

11 July 2024

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

11 July 2024

Local time

12:00pm

Place

MyTenders

Information about authorised persons and opening procedure

responses downloaded by SEC


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

SEC Frameworks may be accessed by all publicly funded organisations — access is not limited to SEC Members alone. South East Consortium Frameworks can be used by any organisation that fall in to one or more of the categories listed in the following link:

https://southeastconsortium.org.uk/our-frameworks/faqs/who-can-use-our-frameworks

Southern Housing is currently SEC’s accountable body and is acting as the “contracting authority” for the purposes of this procurement exercise. However, SEC is in the process of becoming incorporated, and will be so by the time this procurement exercise is completed. Accordingly, the legal entity that will enter into the Framework Agreement with the successful suppliers will be SEC Procurement Limited.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232003.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232003)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit