Section one: Contracting authority
one.1) Name and addresses
Be First (Regeneration) Limited
9th Floor, Maritime House, 1 Linton Road
Barking
IG11 8HG
Contact
Paul Hann
Telephone
+44 2033720707
Country
United Kingdom
NUTS code
UKI52 - Barking & Dagenham and Havering
National registration number
10635656
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Urban regeneration company wholly owned by Barking and Dagenham Council, but operating independently.
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Commercial Services and Project Management - Be First Professional Services Framework
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of professional Services including the following roles:
Quantity Surveyor
Project Manager
Clerk of Works
Technical Assurance
Principal Designer
two.1.5) Estimated total value
Value excluding VAT: £8,250,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Be First Professional Services Tender Commercial Services Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
Barking & Dagenham and Havering
two.2.4) Description of the procurement
Lot 1 will be awarded to a maximum of four (4) Suppliers with a maximum of 8 shortlisted (from the SSQ stage for the ITT stage) and will be utilised to procure technical and professional services of providers to support commercial consultancy to the Be First pipeline of construction projects.
Lot 1 relates to construction projects with forecast total construction cost of over £80 million
Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following:
•Commercial services consultancy consisting of, quantity surveyor, project manager, technical assurance, clerk of works, principal designer
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/R238N7Q45B
two.2) Description
two.2.1) Title
Be First Professional Services Tender Commercial Services Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
Barking & Dagenham and Havering
two.2.4) Description of the procurement
Lot 2 will be awarded to a maximum of four (4) Suppliers with a maximum of 8 shortlisted (from the SQ stage for the ITT stage) and will be utilised to procure the technical and professional services of providers to support commercial consultancy to the Be First pipeline of construction projects.
Lot 2 relates to construction projects with forecast total construction cost of up to £80 million
Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following:
•Commercial services consultancy consisting of, quantity surveyor, project manager, technical assurance, clerk of works, principal designer
two.2.5) Award criteria
Quality criterion - Name: Technical Ability / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £2,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/939XP5CQY3
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
No specific requirements
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 October 2021
Local time
9:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 November 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=626410322
GO Reference: GO-2021916-PRO-18917326
six.4) Procedures for review
six.4.1) Review body
Barking and Dagenham Council
1 Town Sq
Barking
IG11 7LU
Telephone
+44 2082272757
Country
United Kingdom