Dienstleistungen - 319565-2019

09/07/2019    S130

United Kingdom-Preston: Architectural, construction, engineering and inspection services

2019/S 130-319565

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Places for People Group Ltd
Postal address: 4 The Pavilions,, Portway
Town: Preston
NUTS code: UK UNITED KINGDOM
Postal code: PR2 2YB
Country: United Kingdom
E-mail: chris.harrison@placesforpeople.co.uk
Internet address(es):
Main address: www.placesforpeople.co.uk
Address of the buyer profile: www.placesforpeople.co.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Architectural%2C-construction%2C-engineering-and-inspection-services./2VAT9793AZ
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Housing and community amenities

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Consultants DPS

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:

Procurement Hub are seeking providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of a range of consultancy services which will be offered for use to the entire public sector in United Kingdom.

II.1.5)Estimated total value
Value excluding VAT: 500 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
70000000 Real estate services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
66170000 Financial consultancy, financial transaction processing and clearing-house services
71311000 Civil engineering consultancy services
71312000 Structural engineering consultancy services
71313000 Environmental engineering consultancy services
71314300 Energy-efficiency consultancy services
71315200 Building consultancy services
71317000 Hazard protection and control consultancy services
71317210 Health and safety consultancy services
71351200 Geological and geophysical consultancy services
71530000 Construction consultancy services
71600000 Technical testing, analysis and consultancy services
72224000 Project management consultancy services
73000000 Research and development services and related consultancy services
73220000 Development consultancy services
79341100 Advertising consultancy services
79400000 Business and management consultancy and related services
90713000 Environmental issues consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM.

II.2.4)Description of the procurement:

Procurement Hub are seeking to appoint a number of consultants that constantly meet the standards required. The consultants will be able to apply for any number of the workstreams listed and need to meet the varying requirements of Procurement Hub members. As such Procurement Hub wish to form a Consultants Dynamic Purchasing System (DPS) which will be owned and utilised by Procurement Hub.

It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.

Below are work streams that Procurement Hub members have a requirement for, this is not an exhaustive list and further work streams can be added during the life of the DPS:

— project and cost management,

— auditing, development monitoring,

— property investment, appraisal and financial services,

— sales/marketing and valuations,

— risk management and governance,

— technical and site investigation,

— engineering design,

— architecture,

— landscape design,

— planning,

— consultation,

— masterplanning and urban design,

— Construction Design and Management (CDM) Services,

— property advisory and employers agents services,

— sustainability and environmental services,

— health and safety.

Accordingly, it is the intention that these other UK public organisations should be able to rely on this procurement to purchase such services without the need for any further OJEU procurement process via mini-competition. The Hub can be joined by Contracting Authorities and stream-lines processes for members of the Hub, reducing time and expense incurred in such procurement processes. Procurement Hub then wish to market these services so other Contracting Authority clients can use them ensuring quality and value for money and use a best value services supply chain. The successful suppliers will be expected to work with Procurement Hub to develop the DPS and encourage its growth.

Providers will be required to work with us to provide a quality, consistent service, have an understanding of our values and take responsibility for achieving a responsive and innovative approach to service provision. In an intricate legal and regulatory environment, Procurement Hub require providers that take responsibility for achieving:

— compliance with legislation and regulations,

— minimisation of risk, in respect of all aspects of the service provision,

— diversity and equality of opportunity,

— complete financial regularity,

— work to all relevant and applicable Health and Safety Policies and Procedures as required by law.

All providers will be required to demonstrate a proven track record on delivering similar type contracts along with providing sustainable competitive pricing throughout the term of the contract. The provider must also have excellent customer service and be able to provide dedicated account management. When procuring energy services, products and equipment that have, or can have, an impact on significant energy use, the procurement is partly evaluated on the basis of energy performance. Successful tenders may be privy to commercially sensitive information and as such will be expected to adhere to any policies and procedures surrounding this during the course of the contract and will be asked to sign a non-disclosure agreement.

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: 500 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 12/08/2019
End: 12/08/2029
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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
II.2.14)Additional information

To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/2VAT9793AZ

For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this Framework Agreement without limitation, please follow the below link:

https://www.procurementhub.co.uk/eligibility-criteria/

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/08/2029
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: 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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Architectural%2C-construction%2C-engineering-and-inspection-services./2VAT9793AZ

To respond to this opportunity, please click here:

https://procurementhub.delta-esourcing.com/respond/2VAT9793AZ

GO Reference: GO-201975-PRO-15062659

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: High Court of England and Wales
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Crown Commercial Services
Postal address: 1 Horse Guards Road
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
VI.5)Date of dispatch of this notice:
05/07/2019