Section one: Contracting authority
one.1) Name and addresses
ForHousing Limited
52 Regent Street
Eccles
M30 0BP
Contact
The Procurement Team
Telephone
+44 1616057606
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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