Section one: Contracting authority
one.1) Name and addresses
Gosport Borough Council
Town Hall, High Street
Gosport
PO12 1EB
Contact
Procurement Department
PurchasingAndProcurement@gosport.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
New Building Housing Development - Consultancy Services
Reference number
DN530148
two.1.2) Main CPV code
- 71315210 - Building services consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Gosport Borough Council (the Council) is inviting expressions of interest for the provision of Multi-Disciplinary Lead Consultancy Services associated with the design and delivery of new build affordable housing in the borough.
The Council have identified 7no. sites that they wish to develop to provide c.36no. new dwellings over the next 3 years.
Following evaluation of the SSQ's, the top scoring 5 consultants will be invited to Tender.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Gosport Borough Council (the Council) is inviting expressions of interest for the provision of Multi-Disciplinary Lead Consultancy Services associated with the design and delivery of new build affordable housing in the borough.
The Council have identified 7no. sites that they wish to develop to provide c.36no. new dwellings over the next 3 years. The purpose of this procurement exercise is to appoint a lead consultant to oversee the design and delivery of the dwellings. It is anticipated that consultants would either be multi-disciplinary in nature or submit a consortium bid to cover the various work disciplines with a lead consultant nominated.
The Lead Consultant would be expected to form a Consultant team to deliver the projects. It is expected that the overall project team will need to cover a range of disciplines required for delivery of the services that might include but isn’t limited to team of;
• Lead Consultant / Project Manager
• Architect / Design Consultant
• Quantity Surveyors / Cost Consultant
• Structural Engineers
• Mechanical and Electrical Design Engineers
• Planning consultant
• Sustainability consultant / Passivhaus Designer
• Principal Designer
• BIM Co-ordinator
Additional consultancy services and/or investigation may be required on a site by site basis. The Lead Consultant will be expected to arrange quotes for these services/works with the costs being billed through the consultant (with agreed OHP % applied). The Lead Consultant and all other consultants appointed on a sub-consultant basis will be expected to work in a spirit of partnership and collaboration.
The Lead Consultant will be appointed to cover RIBA Workstages 2 through to 7 and they, in conjunction with their consultancy team will be required to undertake all tasks required to deliver the developments.
The Council is committed to developing dwellings that are of high quality design and sustainable. As a minimum it is the Councils aspiration is that the dwellings are designed to a Zero Carbon Ready standard, however we wish to explore the viability of developing the sites to full Passivhaus Standards.
The Council anticipates the construction cost of the 7 sites will be in the region of £5.3m and will be procured on the basis of a traditional single stage competitive tender route with fully designed schemes being provided by the Consultant.
The Council is targeting to have awarded the contract by 27th September 2021 with commencement of consultancy services from 25th October 2021. Whilst the length of the contract and completion of the service will be governed by the consultants programme it is anticipated that works to the first sites would commence on site before the end of 2022.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
25 October 2021
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 May 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 June 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Tenderers.
The communication will be in the form of a letter which will be issued electronically.
The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision.
The timescale for appeals will be detailed in the letter.
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom