UK-Southend-on-Sea: Architectural, construction, engineering and inspection services.

UK-Southend-on-Sea: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
I.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Southend-on-Sea, SS2 6ER, United Kingdom
Tel. +44 170250000, Email: procurementadvisors@southend.gov.uk
Main Address: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
NUTS Code: UKH31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tender for the Provisioning of an Employer's Agent (inclusive of Quantity Surveyor and Principal Designer Roles)
Reference Number: DN419331
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Southend-on-Sea Borough Council is seeking to appoint a Consultant to act as the Employer’s Agent (including Quantity Surveyor) and Principal Designer, on a Council led project to build a number of new homes within the borough. Further information can be found in the Tender Documents which can be accessed via: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
II.1.5) Estimated total value:
Value excluding VAT: 195,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
71500000 - Construction-related services.
71200000 - Architectural and related services.
71300000 - Engineering services.
71324000 - Quantity surveying services.

II.2.3) Place of performance:
UKH31 Southend-on-Sea

II.2.4) Description of procurement: This procurement process will be carried out in accordance with The Public Contracts Regulations 2015 “Restricted” Tender Procedure.
As part of this “Restricted” procedure, the Client invites electronic responses from organisations who wish to competitively tender for the opportunity to be appointed as Employer's Agent (inclusive of Quantity Surveyor Role) and Principal Designer for the Project outlined below.

Southend-on-Sea Borough Council owns a large number of back land and underused garage sites within the Southend area. Following an in-depth Feasibility Study of 32 of these sites, the Council opted to push forward with an affordable house building programme. Phases One and 2 have been completed, delivering 34 affordable rented dwellings. Phases 3 and 4 have now been identified:

•Phase 3 of the HRA Land Review Project consists of the redevelopment of 5 underutilised garage sites in the east of the borough, within the Shoeburyness Ward

•Phase 4 consists of 3 sites within Lundy Close estate within the St Laurence ward, utilising areas of land to the east of the housing estate bordering the industrial estate.

The projected Construction Budgets are £4.9m for Phase 3, and £6.1m for Phase 4, totalling £11.1m. The key objective of this procurement process is to appoint an Employer’s Agent (including Quantity Surveyor) and Principal Designer to take both Phases from RIBA Design Stage One through to stage 7 (subject to the Lead Architect securing planning permission (RIBA Design Stage 3)). The Construction Budgets maybe subject to change.

The Supplier Questionnaire (SQ) and draft tender documents can be accessed via:
https://procurement.southend.gov.uk/southend/portal.nsf/index.htm

The deadline for receipt of clarification requests relating to the SQ Documents is: Noon 2nd August 2019
The deadline for submission of completed SQ Responses is: 14:00 Tuesday 13th August 2019.

The Minimum Level Requirements are covered in full in the Documents provided on the Electronic Tendering System. This includes, but is not limited to detail on Financial Standing, Minimum Annual Turnover Requirement and Insurance Levels. All elements which are pass / fail are fully explained within the documentation provided as part of the procurement and the related online Questionnaire.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 195,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 18/11/2019 / End: 30/12/2022
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates: Further detail of the Councils approach is confirmed in the Procurement Documents.
Where the number of Applicants is below the minimum number, the Council may continue the procedure by inviting the Applicants with the required capabilities only. In line with the Regulation 65.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Additional services or supplies may be purchased as a result of the award of this procurement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU of the European Parliament and of The Council and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Supplier Questionnaire which is available from the address in Part I.1.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/08/2019 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=410765512
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/07/2019

Annex A