UK-Colchester: Surveying services.

UK-Colchester: Surveying services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Colchester Borough Homes
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 7812994589, URL: www.cbhomes.org.uk
Attn: Matt Howe

Further information can be obtained at: ANNEX A.I

Specifications and additional documents: ANNEX A.II

Tenders or requests to participate must be sent to: ANNEX A.III


I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
Housing and community amenities

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Surveying of Council Housing Stock
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27

Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Surveying services. Survey services. Architectural and building-surveying services. Quantity surveying services. Applications are invited from suitably qualified and experienced surveyors who wish to be included on the tender panel for the above 5 year contract, managed by Colchester Borough Homes on behalf of Colchester Borough Council. The work involves stock condition surveys, HHSRS and EPC reports on the existing council housing stock.

II.1.6)Common Procurement Vocabulary:
71355000 - Surveying services.

79311000 - Survey services.

71251000 - Architectural and building-surveying services.

71324000 - Quantity surveying services.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The work involves stock condition surveys, HHSRS and EPC reports on the existing council housing stock.
Estimated value excluding VAT: 500,000
Currency: GBP


II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)

Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority's requirements will be identified in the tender documents.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Authority's requirements will be identified in the tender documents.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority's requirements will be identified in the tender documents.

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
The Authority's requirements will be identified in the tender documents.

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
The Authority's requirements will be identified in the tender documents.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 6
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: CBH-MG-0003
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Date: 15/12/2014
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 30/12/2014
Time: 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 12/01/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English



Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: Expressions of Interest must be received by Monday 15th December 2014. Completed Pre Qualification Questionnaires must be returned in hard copy by 15:00hrs on Tuesday 30th December 2014. Tenders will be issued to shortlisted suppliers during January 2015.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=119647480
GO-20141114-PRO-6161860 TKR-20141114-PRO-6161859

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 02079476000

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 14/11/2014

ANNEX A
I) Addresses and contact points from which further information can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, Cm7 9HB, United Kingdom
Tel. +44 7812994589, Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe

II) Addresses and contact points from which specifications and additional documents can be obtained:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Tel. +44 7812994589, Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe

III) Addresses and contact points to which tenders/requests to participate must be sent:
The Essex Procurement Hub
Braintree District Council, Causeway House, Braintree, CM7 9HB, United Kingdom
Tel. +44 7812994589, Email: matthew.howe@braintree.gov.uk
Attn: Matt Howe