Tender

New Building Housing Development - Consultancy Services

  • Gosport Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-006688

Procurement identifier (OCID): ocds-h6vhtk-02a191

Published 31 March 2021, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

Gosport Borough Council

Town Hall, High Street

Gosport

PO12 1EB

Contact

Procurement Department

Email

PurchasingAndProcurement@gosport.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.gosport.gov.uk

Buyer's address

http://www.gosport.gov.uk

one.3) Communication

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

https://sebp.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sebp.due-north.com/

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