- Scope of the procurement
- Lot 1. Multi Disciplinary Consultancy Services
- Lot 2. Stock Condition Surveys
- Lot 3. Zero Carbon Consultancy Services
- Lot 4. Mechanical & Electrical Consultancy Services
- Lot 5. Development Management Services
- Lot 6. Architectural Consultancy Services
- Lot 7. Planning Consultancy Services
Section one: Contracting authority
one.1) Name and addresses
South East Consortium
Grosvenor House, 125 High Street, Croydon
Surrey
CR0 9XP
info@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
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
South East Consortium Asset Consultancy Framework
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £82,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Multi Disciplinary Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Price / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.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.
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
two.2) Description
two.2.1) Title
Stock Condition Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Pricing / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.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.
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
two.2) Description
two.2.1) Title
Zero Carbon Consultancy Services
Lot No
3
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Pricing / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.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.
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
two.2) Description
two.2.1) Title
Mechanical & Electrical Consultancy Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Pricing / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.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
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
two.2) Description
two.2.1) Title
Development Management Services
Lot No
5
two.2.2) Additional CPV code(s)
- 70110000 - Development services of real estate
- 70331000 - Residential property services
- 70122000 - Land sale or purchase services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Pricing / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.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
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
two.2) Description
two.2.1) Title
Architectural Consultancy Services
Lot No
6
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71220000 - Architectural design services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Pricing / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.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
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
two.2) Description
two.2.1) Title
Planning Consultancy Services
Lot No
7
two.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45
Cost criterion - Name: Pricing / Weighting: 55
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.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
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
two.2.14) Additional information
All pricing for this framework procurement must include provision for the SEC Levy at 2%.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 134-331370
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 July 2024
Local time
12:00pm
Changed to:
Date
16 July 2024
Local time
4:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit