Opportunity

Framework Agreement for the Provision of Professional Consultancy Services for Housing Development (2024-2028)

  • THE HAVEBURY HOUSING PARTNERSHIP

F02: Contract notice

Notice reference: 2023/S 000-033403

Published 13 November 2023, 10:44am



Section one: Contracting authority

one.1) Name and addresses

THE HAVEBURY HOUSING PARTNERSHIP

Havebury House, Western Way

BURY ST EDMUNDS

IP333SP

Contact

Havebury Procurement

Email

contracts@havebury.com

Telephone

+44 1284722031

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Companies House

RS007648

Internet address(es)

Main address

https://www.havebury.com

one.3) Communication

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

https://havebury.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx?

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://havebury.wax-live.com/S2C/SignIn.aspx

one.4) Type of the contracting authority

Other type

Registered Social Housing Provider

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Provision of Professional Consultancy Services for Housing Development (2024-2028)

Reference number

CON0353

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Havebury Housing Partnership is procuring a framework of consultants to support a development programme for the delivery of new homes across the East Anglia region. It is envisaged that the delivery will be divided between Land-Led, S106 and Package Deal schemes, with projects primarily being newbuild, but redevelopment or rehabilitation of existing dwellings may also be included.

The consultancy services required are Architects, Planning Consultants, Employer's Agents, CDM Principal Designer/Adviser, Clerk of Works and Valuers.

We anticipate awarding a maximum of 4 x Architects for Lot 1, 4 x Planning Consultants for Lot 2, 6 x Employer's Agents for Lot 3, 6 x CDM Principal Designer/Adviser for Lot 4, 6 x Clerk of Works for Lot 5 and 4 x Valuers for Lot 6.

two.1.5) Estimated total value

Value excluding VAT: £5,200,000

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)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Area of operations are within a 50-mile radius of Bury St Edmunds.

two.2.4) Description of the procurement

Professional construction architectural services for new build residential schemes or refurbishment projects.

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: £540,000

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documentation for further criteria information.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Planning Consultants

Lot No

2

two.2.2) Additional CPV code(s)

  • 71410000 - Urban planning services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Area of operations within a 50-mile radius of Bury St Edmunds.

two.2.4) Description of the procurement

Professional construction planning consultant services for new build or refurbishment projects of residential developments.

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: £100,000

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documentation for further criteria information.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Employer's Agent

Lot No

3

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Area of operations are within a 50-mile radius of Bury St Edmunds.

two.2.4) Description of the procurement

Professional construction employer's agent services for new build residential schemes and refurbishment projects.

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: £2,340,000

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

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documentation for further criteria information.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

CDM Principal Designer/Adviser

Lot No

4

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Area of operations are within a 50-mile radius of Bury St Edmunds.

two.2.4) Description of the procurement

Professional construction management CDM Principal Designer/Adviser services for new build residential schemes and refurbishment projects.

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: £252,000

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

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documentation for further criteria information.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Clerk of Works

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Area of operations are within a 50-mile radius of Bury St Edmunds.

two.2.4) Description of the procurement

Professional construction management clerk of works services for new build and refurbishment residential schemes.

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: £1,560,000

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

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documentation for further criteria information.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Valuers

Lot No

6

two.2.2) Additional CPV code(s)

  • 70121000 - Building sale or purchase services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Area of operations are within a 50-mile radius of Bury St Edmunds.

two.2.4) Description of the procurement

Professional valuation services of residential homes and projects.

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: £400,000

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documentation for further criteria information.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

There are specific professional memberships/accreditations required to participate in this procurement - Please refer to the procurement documentation for full details.

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

11 December 2023

Local time

12:00pm

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

22 January 2024

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom