Tender

Town and Country Housing Development Services Framework

  • Town and Country Housing

F02: Contract notice

Notice identifier: 2023/S 000-022203

Procurement identifier (OCID): ocds-h6vhtk-03ebc5

Published 31 July 2023, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Town and Country Housing

Monson House,

Tunbridge Wells

TN1 1LQ

Contact

Lucy Oliver

Email

lucy.oliver@southeastconsortium.org.uk

Telephone

+44 1892501480

Country

United Kingdom

NUTS code

UKJ4 - Kent

Internet address(es)

Main address

https://tch.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA18401

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

Town and Country Housing Development Services Framework

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Framework for Consultancy Services

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Architects

Lot No

1

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Town and Country Housing are procuring the Development Consultancy Services Framework to provide consultant expertise as part of their development plans for building new homes. Framework providers will be working with both Town and Country Housing and their subsidiary company Monson Homes Limited.SEC on behalf of Town and Country Housing/Monson Homes Limited are tendering the framework which will run for 4 years. This will include the following.

Lot 1 – Architect Services – this lot will cover feasibility only studies, RIBA stages 0-3, plus RIBA stage 4 (technical design).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2) Description

two.2.1) Title

Employers Agent

Lot No

2

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 73220000 - Development consultancy services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Town and Country Housing are procuring the Development Consultancy Services Framework to provide consultant expertise as part of their development plans for building new homes. Framework providers will be working with both Town and Country Housing and their subsidiary company Monson Homes Limited.SEC on behalf of Town and Country Housing/Monson Homes Limited are tendering the framework which will run for 4 years. This will include the following.

Lot 2 – Employers Agent Services (including Principal Designer and Clerk of Works) – this lot will cover employer’s agent services based on either developer led S106 and package deals OR client led land deals and regenerations. This lot will also cover principal designer activities for both the pre-construction phase and during the construction phase, as well as clerk of work services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2) Description

two.2.1) Title

Planning Consultants

Lot No

3

two.2.2) Additional CPV code(s)

  • 71410000 - Urban planning services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Town and Country Housing are procuring the Development Consultancy Services Framework to provide consultant expertise as part of their development plans for building new homes. Framework providers will be working with both Town and Country Housing and their subsidiary company Monson Homes Limited.SEC on behalf of Town and Country Housing/Monson Homes Limited are tendering the framework which will run for 4 years. This will include the following.

Lot 3 – Planning Consultants – this lot will include planning services including all lead in activities for planning permission, monthly design team meetings attending pre-application meetings and planning committee meetings.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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


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: 14

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

18 September 2023

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Call off contracts from this framework will be from town and Country Housing and their subsidiary company Monson Homes 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=229962.

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:229962)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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