- Scope of the procurement
- Lot 1. Framework Agreements - Structural Engineering; Architectural; Quantity Surveying; Party Wall Surveyor,. Building surveying,
- Lot 2. Domestic gas servicing and heating installations;. Commercial boiler maintenance and servicing; District heating system; Water hygiene services; Lift maintenance; Health and safety; Mechanical and electrical services.
- Lot 3. General and Council wide Architectural, Employers Agent and Engineering Services
Section one: Contracting authority
one.1) Name and addresses
Basildon Borough Council
The Basildon Centre, Basildon
Basildon
SS14 1DL
Telephone
+44 1268533333
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main 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 to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Consultancy Framework Agreements - Multi-Disciplinary Services Tender for Basildon Borough Council
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Multi-Disciplinary Services Tender for Basildon Borough Council.
The Contracting Authority is seeking to enter into a series of 3 Framework Agreements with qualified and experienced economic operators to provide specialist and professional services for a wide range of projects that cover Structural Engineering; Architectural; Quantity Surveying; Party Wall Surveyor,. Building surveying, Domestic Gas Servicing and Heating Installations; Commercial Boiler Maintenance and Servicing; District heating System; Water Hygiene Services; Lift Maintenance; Health and Safety; Mechanical and electrical services. Employers Agent The Frameworks will cover a range of services as set out in more detail against each lot below.
Each Framework Agreement will be fo a period of four (4) years.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
See Tender documents for Lot Strategy
two.2) Description
two.2.1) Title
Framework Agreements - Structural Engineering; Architectural; Quantity Surveying; Party Wall Surveyor,. Building surveying,
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Essex
two.2.4) Description of the procurement
Framework Agreements with qualified and experienced economic operators to provide specialist and professional services for a wide range of projects that cover Structural Engineering; Architectural; Quantity Surveying; Party Wall Surveyor,. Building surveying,
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
To be set out in tender documentation
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
Domestic gas servicing and heating installations;. Commercial boiler maintenance and servicing; District heating system; Water hygiene services; Lift maintenance; Health and safety; Mechanical and electrical services.
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Essex
two.2.4) Description of the procurement
Domestic gas servicing and heating installations;. Commercial boiler maintenance and servicing; District heating system; Water hygiene services; Lift maintenance; Health and safety; Mechanical and electrical services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As detailed in tender documentation
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/RB9N5976Q6
two.2) Description
two.2.1) Title
General and Council wide Architectural, Employers Agent and Engineering Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Essex
two.2.4) Description of the procurement
General and Council wide Architectural, Employers Agent and Engineering Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Detailed in Tender Documentaton
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 January 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 January 2022
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RB9N5976Q6
GO Reference: GO-2021112-PRO-19176695
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Basildon District Council
The Basildon Centre
Basildon
SS14 1DL
Telephone
+44 1268533333
Country
United Kingdom