Tender

Camden Construction Consultancy Framework Lot 1: Multi-discipline Consultancy Services (works values over £1million)

  • London Borough of Camden

F02: Contract notice

Notice identifier: 2022/S 000-035271

Procurement identifier (OCID): ocds-h6vhtk-038d21

Published 13 December 2022, 4:09pm



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

Email

roopam.bhachu@camden.gov.uk

Telephone

+44 2079746384

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.camden.gov.uk

Buyer's address

www.camden.gov.uk

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