Employer's agent & CDM co-ordinator services.

Contract notice

Services

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sovereign Housing Association Ltd
Woodlands, 90 Bartholomew Street, Berkshire
Contact point(s): Business Support Services
For the attention of: Mark Jarrett, Head of Strategic Procurement
RG14 5EE Newbury
UNITED KINGDOM
Telephone: +44 1635275137
E-mail:

Internet address(es)

General address of the contracting authority http://www.sovereign.org.uk

Address of the buyer profile http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA5884

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 authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The 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:
Employer's agent & CDM co-ordinator services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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: South & South-west of England.

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 agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 12

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:
Range: between 4 000 000 and 6 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Sovereign Development Consortium (SDC) is a highly successful partnership of 8 housing associations with Homes & Community Agency (HCA) investment partner status; committed to achieving a challenging agenda of delivery and efficiency throughout the development and construction process.
Concentrated mainly in the south of England, and owning and managing more than 51 000 homes between them, the member associations have an existing combined development programme target of around 1 000-1 250 new homes per annum. At this time, approximately 30 % of this is delivered through an OJEU-compliant contractor framework. The remainder is primarily delivered through enhanced Section 106 opportunities.
The development programme is supported by a framework of employer’s agents, CDM co-ordinators, architects and other professional partners, all working together collaboratively to maximise operational efficiencies in procurement, drive down costs, and to act as a model of best practice in consortium working and project delivery. This was provided with public recognition in 2009 when the Sovereign Development Consortium received the Chartered Institute of Housing/Inside Housing Magazine UK Housing Award for "Innovation & Efficiency".
Successful EA/CDMC service providers can therefore expect to join an exciting established partnership that is helping to deliver more high quality affordable housing for local people through efficient, effective procurement. The Consortium is therefore looking for EA/CDMC service providers that understand our business and are genuinely committed to working with us for up to 4 years from around May 2012 in meeting our combined objectives; and who are prepared to develop innovative new practices that we can jointly promote for the benefit of all Consortium partners.

More information about the Sovereign Development Consortium, its membership and its operational area can be found at http://www.sovereigndevelopmentconsortium.org.uk/.

II.1.6)Common procurement vocabulary (CPV)

79421000, 79421100, 79421200, 71000000, 71500000, 71530000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
Whilst inevitably influenced by a wide range of variables, the total overall value of all appointments over the 4 year period of the framework agreement is expected to be in the range of 4 000 000 - 6 000 000 GBP; subject to strategic planning, land opportunities and available funding etc.
It is anticipated that approximately 60 % of the spend will be in the west region, 10 % in the South-west region and around 30 % in the east region.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 2 Lot title: SDC EA & CDMC services framework - east region
1)Short description
Both required for:-.
Traditional schemes, Section 106 schemes, "Off-the Shelf" schemes, "Extracare" capability - for sites of 1-200 new homes.
2)Common procurement vocabulary (CPV)

79421000, 79421100, 79421200, 71000000, 71500000, 71530000, 71530000

3)Quantity or scope
Core operational area includes Berkshire, Oxfordshire, Buckinghamshire, Hampshire, Dorset, Surrey & Sussex.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 200 000 and 1 800 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1b Lot title: SDC EA & CDMC services framework - South-west region
1)Short description
Both required for:-.
Traditional schemes, Section 106 schemes, "Off-the Shelf" schemes, "Extracare" capability - for sites of 1-200 new homes.
2)Common procurement vocabulary (CPV)

79421000, 79421100, 79421200, 71000000, 71500000, 71530000

3)Quantity or scope
Core operational area includes Devon.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 400 000 and 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1a Lot title: SDC EA & CDMC services framework - west region
1)Short description
Both required for:-.
Traditional schemes, Section 106 schemes, "Off-the Shelf" schemes, "Extracare" capability - for sites of 1-200 new homes.
2)Common procurement vocabulary (CPV)

79421000, 79421100, 79421200, 71000000, 71500000, 71530000

3)Quantity or scope
Core operational area includes Avon, Gloucestershire, Somerset & Wiltshire.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 400 000 and 3 600 000 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 required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank;
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001;
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(12) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Minimum level(s) of standards possibly required
These are laid out in both the PQQ and ITT documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5 and maximum number 15
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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 participate
25.11.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.1.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The purchasing authority is acting on behalf of the following organisations:
- Sovereign Housing Association Ltd,
- Sovereign Development Consortium members,
- Westworks members,
- and all future potential members, which should be considered to include any social landlord, or group of social landlords, within the operational area serviced by these organisations and consortia; the full details of which can be made available to those submitting a request for further information, or a request to participate in the procurement process.
It is proposed that all appointments through the framework shall be undertaken by each individual participating member in accordance with an agreed service level agreement; more information on which will the made available to all those expressing an interest in this opportunity.
(MT Ref:84125).
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, and the contract will be awarded on the basis of the most economically advantageous tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.10.2011

Other interesting websites