Section one: Contracting authority
one.1) Name and addresses
London Borough of Camden
London Borough of Camden, 5 Pancras Square
London
N1C 4AG
Contact
Mrs Roopam Bhachu
Telephone
+44 2079746384
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Register
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Register
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
Camden Construction Consultancy Framework Lot 1: Multi-discipline Consultancy Services (works values over £1million)
Reference number
DN646667
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Camden (‘the Council’) is seeking to establish a framework for the provision of delivering consultancy services in the area of construction and property works (building improvements; repairs and maintenance, retro-fit environmental solutions, mechanical and electrical design services including GIRS; plant improvements repairs and maintenance) for the Property Management and Development Divisions of the Supporting Communities Directorate, but also for use by the Council’s other Directorates and Divisions. An option for London Boroughs of Islington and Hackney to participate in this framework is retained.
The framework will be for a period of four years (4) commencing on 1st September 2023.
Lot 1: Multi-discipline consultancy services comprising:
1. Environmental, Sustainability and Efficiency services including Retrofit Coordinators
2. Principal Designer under the Construction Design and Management Regulations (CDM)
3. Building Surveying
4. Quality inspection including Clerk of Works
5. Employers Agent, Project Management and Contract Administration
6. Quantity Surveying
7. Stock Condition Surveys with EPC survey
8. Fire Engineering & Design
9. Mechanical & Electrical Services.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
- 71315300 - Building surveying services
- 71334000 - Mechanical and electrical engineering services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The London Borough of Camden (‘the Council’) is seeking to establish a framework for the provision of delivering consultancy services in the area of construction and property works (building improvements; repairs and maintenance, retro-fit environmental solutions, mechanical and electrical design services including GIRS; plant improvements repairs and maintenance) for the Property Management and Development Divisions of the Supporting Communities Directorate, but also for use by the Council’s other Directorates and Divisions. An option for London Boroughs of Islington and Hackney to participate in this framework is retained.
The framework will be for a period of four years (4) commencing on 1st September 2023.
Lot 1: Multi-discipline consultancy services comprising:
1. Environmental, Sustainability and Efficiency services including Retrofit Coordinators
2. Principal Designer under the Construction Design and Management Regulations (CDM)
3. Building Surveying
4. Quality inspection including Clerk of Works
5. Employers Agent, Project Management and Contract Administration
6. Quantity Surveying
7. Stock Condition Surveys with EPC survey
8. Fire Engineering & Design
9. Mechanical & 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.2.7) 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 number of candidates: 18
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
In the procurement documents.
Minimum level(s) of standards possibly required
The Council has set the following minimum threshold for turnover which will be evaluated individually at:
Lot 1 - £2.5 million
Also required is a current ratio of 0.6 or higher for either of the last two financial years where accounts are provided or for the most recent/current financial year where alternative financial information is provided for the most recent/current financial year only. Where a Supplier’s turnover and/or current ratio has been adversely affected by COVID-19, Suppliers can provide alternative financial information for the last two financial years and the turnover threshold can be for either year. For financial assessment the Authority will utilise financial assessment techniques in line with Cabinet Office information note PPN 02/13.
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
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
13 January 2023
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom