Section I: Contracting authority
I.1)Name, addresses and contact point(s)Spirit Regeneration & Development Co LLP (on behalf of itself and the other members of the Spirit Partnership referred to in section II.1.5 of this Notice)
14 Ennis Square, Dormanstown
For the attention of: Alison Meredith
TS10 5JR Redcar
UNITED KINGDOM
E-mail:
Internet address(es)
General address of the contracting authority www.spiritpartnership.co.uk
Address of the buyer profile N/a
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Spirit Partnership Consultants Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main place of performance: Various sites within the geographical spread of the housing stock of the members of the Spirit Partnership from time to time.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged 40
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: 50 000 000 GBP
II.1.5)Short description of the contract or purchase(s)Spirit Regeneration & Development Co LLP (on behalf of itself and the other members of the Spirit Partnership from time to time) (Spirit) wishes to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the Framework for the provision of a range of consultancy services.
The proposed Framework Agreement will be in place for a maximum period of 4 years, however contracts called-off under the Framework Agreement may, where appropriate, continue for periods greater than 4 years.
Under the Framework Agreement each member of the Spirit Partnership (both current and future) will have the option to call-off contracts with individual consultants as and when services are required. The current members of the Spirit Partnership are:
- Tees Valley Housing Limited,
- Three Rivers Housing Association,
- Housing Hartlepool Limited,
- Erimus Housing Limited,
- Coast & Country Housing Limited,
- Derwentside Homes Limited,
- Sedgefield Borough Homes Limited,
- Broadacres Housing Association Limited,
- South Tyneside Homes Limited,
- Spirit Regeneration & Development Co LLP.
Applicants should note that, under the Framework Agreement, none of the members of the Spirit Partnership shall be under any obligation to call-off contracts with individual consultants.
The Framework Agreement will be divided into 5 Lots. These Lots and the estimated value of the services to be called off under them over the 4 year term, are set out in Annex B of this Notice. Applicants should indicate which Lots they wish to be considered for inclusion into.
II.1.6)Common procurement vocabulary (CPV)71315200, 71000000, 71541000, 71311000, 71312000, 71321000, 71317210
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scopeThe estimated total value of the services to be provided under contracts let pursuant to the framework agreement is approximately 50 000 000 GBP over a 4 year period.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 50 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Architectural services1)Short descriptionThe provision of design and architectural services for housing and associated buildings, for new build and refurbishment projects.
2)Common procurement vocabulary (CPV)71000000, 71200000, 71220000
3)Quantity or scope15 000 000 GBP over the 4 year term of the framework agreement.
(Note that a proportion of this value will be attributable to payments made to architects via a contractor).
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 15 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Employers agent / project management / client representative / QS services1)Short descriptionThe provision of employers agent / project management / client representative and QS services for housing and associated building projects, for new build and refurbishment projects.
2)Common procurement vocabulary (CPV)71541000, 71540000, 71530000
3)Quantity or scope17 000 000 GBP over the 4 year term of the framework agreement.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 17 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Civil and structural engineering consultancy services1)Short descriptionThe provision of Civil and Structural engineering consultancy services for housing and associated buildings, for new build and refurbishment projects.
2)Common procurement vocabulary (CPV) 3)Quantity or scope8 000 000 GBP over the 4 year term of the framework agreement.
(Note that a proportion of this value will be attributable to payments made to the consultant via a contractor).
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: M and E consultancy services1)Short descriptionThe provision of Mechanical and Electrical consultancy design services for Housing and associated buildings, for new build and refurbishment projects.
2)Common procurement vocabulary (CPV) 3)Quantity or scope8 000 000 GBP over the 4 year term of the framework agreement.
(Note that a proportion of this value will be attributable to payments made to the consultant via a contractor).
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: CDMC services1)Short descriptionThe provision of CDMC consultancy services for housing and associated building projects, for new build and refurbishment projects.
2)Common procurement vocabulary (CPV) 3)Quantity or scope2 000 000 GBP over the 4 year term of the framework agreement.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees requiredParent company guarantees, performance bonds, warranties and/or deposits may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themTo be included in the contract documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedIn the event of a group of consultants submitting an acceptable offer it will be necessary to provide an undertaking that each company will be jointly and severally responsible for the due performance of any contracts called off under the framework agreement.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the Pre Qualification Questionnaire (PQQ).
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The information and formalities set out in Article 47 of Directive 2004/18/EC and Regulation 24 Public Contracts Regulations 2006. These requirements are set out in the PQQ.
A copy of the PQQ can be obtained by sending an email to . The email should be titled Spirit Partnership Consultants Framework.
Minimum level(s) of standards possibly required: Please refer to the PQQ referred to above.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The information and formalities set out in Article 48 of Directive 2004/18/EC and Regulation 25 Public Contracts Regulations 2006. These requirements are set out in the PQQ.
Minimum level(s) of standards possibly required
Please refer to the PQQ referred to above.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure The accelerated restricted procedure is being used in order to meet the aim of boosting the economy through rapid execution of the contract. This is in accordance with the European Commission statement issued on 19.12.2008 and the OGC Procurement Policy Note 1/09 dated 14.1.2009.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 25 and maximum number 60
Objective criteria for choosing the limited number of candidates: As set out in the PQQ referred to above.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:Spirit Partnership Consultants Framework Agreement
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate14.11.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tendersPlace
To be specified in the Invitation to Tender.
Persons authorised to be present at the opening of tenders yes
To be specified in the Invitation to Tender.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationSpirit reserves the right to cancel the procurement and not to proceed with all or part of the Framework Agreement.
Spirit will not, under any circumstances, reimburse any expense incurred by bidders in preparing their PQQ or tender submissions.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHigh Court
Body responsible for mediation procedures
High Court
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance with Regulation 32, 32A and Part 9 of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.10.2011