Tender

Consultants Service Framework Agreement

  • ForHousing Limited

F02: Contract notice

Notice identifier: 2022/S 000-027759

Procurement identifier (OCID): ocds-h6vhtk-037296

Published 3 October 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

ForHousing Limited

52 Regent Street

Eccles

M30 0BP

Contact

The Procurement Team

Email

procurement@forhousing.co.uk

Telephone

+44 1616057606

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.forhousing.co.uk/

Buyer's address

https://www.forhousing.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Building-consultancy-services./HT8375T4UV

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

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

Consultants Service Framework Agreement

Reference number

Consultants/Sept22/TH

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

ForHousing Limited (the “authority”) wish to procure a Framework Agreement pursuant to which it is envisaged that contracts will be let to consultants within the framework for the provision of a range of consultancy services.

The Framework Agreement will be divided into 4 Lots as follows:

Lot 1 - Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying

Lot 2 - Architects for new build and refurbishment work

Lot 3 - Structural Engineers & Ground Investigation Services

Lot 4 - Mechanical & Electrical Consultant Services

two.1.5) Estimated total value

Value excluding VAT: £280,000,000

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: 4

two.2) Description

two.2.1) Title

Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying

Lot No

1

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot of the Framework Agreement is for Project Management, Monitoring Surveyor, Employers Agent and Quantity Surveying.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:

(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;

(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;

(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents.

The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.

The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Pricing / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £70,000,000

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: 5

Maximum number: 10

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

The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.

two.2) Description

two.2.1) Title

Architects for new build and refurbishment work

Lot No

2

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot of the Framework Agreement is for the provision of a range of Architectural Services for new build and refurbishment.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:

(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;

(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;

(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents.

The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.

The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Pricing / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £70,000,000

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: 5

Maximum number: 10

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

The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.

two.2) Description

two.2.1) Title

Structural Engineers & Ground Investigation Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot of the Framework Agreement is for Structural Engineers & Ground Investigation Services.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:

(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;

(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;

(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents.

The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.

The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Pricing / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £70,000,000

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: 5

Maximum number: 10

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

The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.

two.2) Description

two.2.1) Title

Mechanical & Electrical Consultant Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot of the Framework Agreement is for Mechanical & Electrical Consultant Services.

Under the Framework Agreement the following entities will have the option to call-off contracts with individual framework suppliers as and when services are required:

(i)ForHousing Limited and any entity within the ForHousing group from time to time, which currently includes ForViva Devco Limited, ForCapital Limited, and ForLiving Limited;

(ii) Any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;

(iii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents.

The proposed Framework Agreement will be in place for a maximum period of 4 years, however individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement.

Suppliers should note that, under the Framework Agreement, no entity will be under any obligation to call-off contracts with framework suppliers.

The combined value of the development contracts that will require the services that may be called off under this Lot of the Framework Agreement during its 4 year term is estimated to be approximately £70 million, therefore the actual spend with the consultants under this Lot will be a % of this. Bidders should note that the estimated value of the Framework Agreement is based on ForHousing’s current anticipated requirements. This value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Pricing / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £70,000,000

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: 5

Maximum number: 10

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

The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.


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

As set out in the tender documentation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As set out in the tender documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As set out in the tender documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the tender documentation


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 November 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 November 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.3) Additional information

In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire (SQ) and the tender documents are being made available to Applicants via the Delta portal from the date of issue of this Notice. However, as ForHousing is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Building-consultancy-services./HT8375T4UV

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/HT8375T4UV

GO Reference: GO-2022103-PRO-21063726

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice in the Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice in the Strand

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice in the Strand

London

Country

United Kingdom