We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 520571-2020

30/10/2020    S212

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

2020/S 212-520571

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: EN Procure Ltd
Postal address: 1st Floor, Sovereign Court, 300 Barrow Road
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S9 1JQ
Country: United Kingdom
Contact person: Mr Stuart Brown
E-mail: tenders@efficiencynorth.org
Telephone: +44 3306061460
Internet address(es):
Main address: https://www.efficiencynorth.org
Address of the buyer profile: https://www.efficiencynorth.org/procure/frameworks
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://procontract.due-north.com/register
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/register
I.4)Type of the contracting authority
Other type: A consortium of organisations governed by public law
I.5)Main activity
General public services

Section II: Object

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

Landsolve 2.0 — Framework Agreement for Land Advisers/Brokers

Reference number: DN506691
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:

ENProcure is seeking to procure a framework of land advisers/brokers to assist in generating capital and maximising the value of land for the benefit of the public and charitable sector and/or developing surplus land assets with the aim of delivering social infrastructure or other public policy objectives.

The broker framework will be available for use by or on behalf of public and charitable sector organisations who will identify land assets for broker services with the aim of generating capital and maximising the value of land for the benefit of the public and charitable sector and/or developing these assets for social infrastructure or other public policy objectives. The framework across both lots will be used to deliver support and advice to clients during project development phases (from RIBA Stages 1 up to 4) and may also be used to provide services during and post the construction phase including acting as the client's agent and ensuring that the project is built out in accordance with the agreed specification, programme and outcomes.

Land brokers under Lot 1 will deliver these services throughout the project lifecycle, normally taking full financial risk on the project after an exclusivity arrangement has been entered into with the client. Land advisers under Lot 2 will deliver services by way of lump sum fees or time charge commissions and will not take any financial risk. It is anticipated that Lot 1 call-offs will involve a longer term partnership between the client and the land broker, whereas Lot 2 call-offs will be shorter term engagements to provide specific pieces of advice during the project lifecycle, with a focus on the early stage viability assessments.

Land brokers and advisers will be required to make an initial assessment of opportunity arising from the public asset. This assessment would involve looking at options for assembly and development, most likely to RIBA 1 but with surveys, planning advice and soft market testing to determine commercial viability and deliverability both within the context of local and national policy expectations and also the constraints that would be imposed by the prevailing development, finance and construction markets. Further to initial viability assessments, land brokers and advisers will then carry out detailed project scoping, concept design and due diligence, detailed design and planning preparation, planning and contracts up to start on site. Land brokers and advisers may also be retained by the client to provide services during and post the construction phase including acting as the client's agent and ensuring that the project is built out in accordance with the agreed specification, programme and outcomes.

Land brokers and advisers will need to be able to demonstrate their understanding of the technical and commercial requirements of this role and also their experience in responding within the context of local and central government policy. This will include the need to demonstrate relevant stakeholder management skills; an ability to help clients identify, maximise and realise policy and commercial benefits; to advise on procurement matters and risk management; and experience in working on projects that have delivered tangible social infrastructure and social benefits. Experience in key infrastructure areas will also need to be demonstrated, for example, health, care, education or housing.

Land brokers under Lot 1 will also need to demonstrate experience and track record in the timely negotiation and delivery of land sale and development agreements showing how they have previously delivered wrapped solutions to deliver public sector requirements at risk.

Legal services are not included in the scope of service for either lot under this framework. It is anticipated that the client would appoint a legal team, with the land broker or adviser broker acting as negotiator.

II.1.5)Estimated total value
Value excluding VAT: 250 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:

Land Brokers

Lot No: 1
II.2.2)Additional CPV code(s)
70110000 Development services of real estate
70120000 Buying and selling of real estate
70310000 Building rental or sale services
70320000 Land rental or sale services
71000000 Architectural, construction, engineering and inspection services
79411000 General management consultancy services
79418000 Procurement consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot will be for the construction of a variety of residential and commercial.

It is envisaged that the Land Brokers (Lot 1) will work with clients providing the following services:

— lead and project management,

— investment and commercial advice (including negotiation) to secure a fully tendered construction contract with a fixed price and the delivery of a land sale and development agreement,

— detailed design development, including full design team capability, including but not limited to architect and principal designer, cost consultant, mechanical and electrical services, structural engineering, civil/infrastructure engineering, landscape architects, acoustic, traffic, environmental, fire and BREEAM,

— stakeholder management and consultation, including local and national political stakeholders,

— planning and development advice and support, including the achievement of outline or detailed planning consent and other necessary consents (e.g. Section 77/Schedule 1 consent for the sale of school playing fields, education funding agency approval),

— detailed financial modelling and cost planning demonstrating a commercially viable scheme,

— development of the funding, procurement and delivery strategy to ensure the scheme is developed,

— provision of all necessary technical and planning surveys, including but not limited to transport/traffic, ecology, archaeology, geotechnical, utilities, asbestos, building condition, flood risk, energy assessment, arboriculture, air quality, noise and vibration,

— other ad-hoc advice, as may be required by the specifics of the project, including service delivery advice,

— in addition, land brokers may also be retained by the client to provide services during and post the construction phase including acting as the client's agent and ensuring that the project is built out in accordance with the agreed specification, programme and outcomes.

Land brokers under Lot 1 will deliver these services throughout the project lifecycle, normally taking full financial risk on the project after an exclusivity arrangement has been entered into with the client.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Operations management / Weighting: 30 %
Quality criterion - Name: Framework marketing / Weighting: 5 %
Quality criterion - Name: Social value / Weighting: 5 %
Price - Weighting: 60 %
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
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: yes
Identification of the project:

A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.

II.2.14)Additional information

The broker framework will be available for use by or on behalf of public and charitable sector organisations who will identify land assets for broker services.

It is envisaged that a framework agreement will be awarded to up to 6 consultants for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in sixth position. EN:Procure also reserve the right to award to any bidder whose final score is within 2 % of the sixth or equal sixth position for this lot.

II.2)Description
II.2.1)Title:

Land Advisers

Lot No: 2
II.2.2)Additional CPV code(s)
70110000 Development services of real estate
70120000 Buying and selling of real estate
70310000 Building rental or sale services
70320000 Land rental or sale services
71000000 Architectural, construction, engineering and inspection services
71200000 Architectural and related services
71310000 Consultative engineering and construction services
71324000 Quantity surveying services
71510000 Site-investigation services
71520000 Construction supervision services
71530000 Construction consultancy services
71540000 Construction management services
79411000 General management consultancy services
79418000 Procurement consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

It is envisaged that the Land Advisers (Lot 2) will work with clients providing the following services:

— appraisal of development opportunities to determine commercial viability and deliverability; including: undertaking RIBA Stage 1 initial viability checks, strategic options analyses, planning assessments, due diligence and surveys to establish feasibility of the project,

— preparation of a detailed client brief financial modelling to assess initial viability,

— preparation of the planning development brief and initial liaison with the planning authority,

— local stakeholder mapping,

— early stage soft market testing,

— initial surveys to understand key site risks,

— preparation of a technical feasibility report including planning issues and an indicative master plan,

— this lot will also allow clients to secure support from a land adviser at any point during the lifecycle of a scheme for strategic and technical advice on the development of surplus assets,

— in addition, land advisers may also be retained by the client to provide services during and post the construction phase including acting as the client's agent and ensuring that the project is built out in accordance with the agreed specification, programme and outcomes.

Land advisers under Lot 2 will deliver services by way of lump sum fees or time charge commissions and will not take any financial risk.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Operations management / Weighting: 30 %
Quality criterion - Name: Framework marketing / Weighting: 5 %
Quality criterion - Name: Social value / Weighting: 5 %
Price - Weighting: 60 %
II.2.6)Estimated value
Value excluding VAT: 100 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
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: yes
Identification of the project:

Identification of the project: a number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.

II.2.14)Additional information

The broker framework will be available for use by or on behalf of public and charitable sector organisations who will identify land assets for broker services.

It is envisaged that a framework agreement will be awarded to up to 6 consultants for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in sixth position. EN:Procure also reserve the right to award to any bidder whose final score is within 2 % of the sixth or equal sixth position for this lot.

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:

Please refer to the invitation to tender documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please refer to the invitation to tender documents.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.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: 12
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. Justification is made on the grounds that the length of underlying contracts awarded under this framework may typically exceed a term of four years. EN:Procure therefore wishes to ensure that the appointed Consultants are afforded ample opportunity to compete for and secure underlying contracts under this framework agreement during its term so that they may recover their initial investment in participating in the procurement. EN:Procure believes that a framework term of potentially 8 years will help to ensure this

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: 01/12/2020
Local time: 16:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 01/12/2020
Local time: 16:05

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Individual contracting authorities entitled to access the framework agreement will have the option to agree and award underlying contracts to the appointed consultants at any stage during the term of the framework agreement. The following contracting authorities will be entitled to agree and award underlying contracts under the framework agreement as and when required — Any member or customer of EN:Procure from time to time, which may include:

(a) any social housing provider in the United Kingdom from time to time;

(b) any local authority in the United Kingdom from time to time; and

(c) any Community Land Trust and community interest company from time to time; an

(d) any public sector body or register charity including:

(i) Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education, College, University. http://www.schoolswebdirectory.co.uk/index.php http://www.ucas.com/students/choosingcourses/choosinguni/instguide/ http://www.ukschoolsdirectory.net/searchresult.php http://www.edubase.gov.uk/search.xhtml?clear=true

ii) Police, Fire and Rescue, Maritime and Coastguard Agency Emergency Services:

http://www.police-information.co.uk/police-directory/index.php?category=6 http://www.psni.police.uk/index.htm http://www.scottish.police.uk/ http://www.nifrs.org/locations.php http://www.mcga.gov.uk/c4mca/mcga07-home.htm http://www.fireservice.co.uk/information/ukfrs

(iii) NHS Bodies, the HSC (Northern Ireland) and Ambulance Services: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx http://www.hscni.net/index.php?link=trusts http://www.engage.hscni.net/partners/NIAS.html http://www.show.scot.nhs.uk/organisations/index.aspx http://www.scottishambulance.com/AboutUs/HowWeOrganised.aspx http://www.wales.nhs.uk/nhswalesaboutus/structure Central

(iv) Government Departments and their Agencies:

http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm

(v) Registered Charities: http://www.charity-commission.gov.uk/About_us/Regulation/ Registering_charities_index.aspx http://www.oscr.org.uk/ http://www.dsdni.gov.uk/ccni.htm

(e) any entity or joint venture company that any of the entities referred to in (a) to (d) hold an interest in from time to time;

(f) any procurement consortia.

‘Social Housing Provider’ for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities and Arms Length Management Organisations (ALMOs) and including any subsidiary and sponsoring department of such bodies.

A list of current Social Housing Providers can be found by visiting www.gov.uk/government/publications/currentregisteredproviders-of-social-housing

For bidders' information a list of EN's current customers is:

ACIS Group — www.acisgroup.co.uk

Ashfield District Council — www.ashfield.gov.uk

Barnsley Metropolitan Borough Council — www.barnsley.gov.uk

Berneslai Homes — www.berneslaihomes.co.uk

Bradford Metropolitan Borough Council — www.bradford.gov.uk/bmdc

Beyond Housing — www.beyondhousing.org

Calder Valley Community Land Trust — www.caldervalleyclt.org.uk

City of Lincoln Council — www.lincoln.gov.uk

City of York Council — www.york.gov.uk

Connect Housing — www.connecthousing.org.uk

Derwent Living — www.derwentliving.com

Doncaster Council — www.doncaster.gov.uk

First Choice Homes Oldham - www.fcho.co.uk

Guinness Partnership — www.guinnesspartnership.com

Harrogate Borough Council — www.harrogate.gov.uk

Home Group — www.homegroup.org.uk

Hull City Council — www.hullcc.gov.uk

Joseph Rowntree Housing Trust — www.jrht.org.uk

Kirklees Council — www.kirklees.gov.uk

Kirklees Neighbourhood Housing — www.knh.org.uk

Leeds and Yorkshire Housing Association — www.lyha.co.uk

Leeds City Council — www.leeds.gov.uk

Leeds Jewish Housing Association — www.ljha.co.uk

Lincolnshire Housing Partnership — www.lincolnshirehp.com

Manningham Housing Association — www.manninghamhousing.co.uk

Northumberland County Council — www.northumberland.gov.uk

Ongo Homes — www.ongo.co.uk/ongo-homes

Pickering and Ferens Homes — www.pfh.org.uk

Richmondshire District Council — www.richmondshire.gov.uk

Rotherham Metropolitan District Council — www.rotherham.gov.uk

Rykneld Homes — www.rykneldhomes.org

Selby District Council — www.selby.gov.uk

Selby and District Housing Trust — www.selby.gov.uk/selby-and-district-housing-trust

Sheffield City Council — www.sheffield.gov.uk

South Yorkshire Housing Association — www.syha.co.uk

St Leger Homes — www.stlegerhomes.co.uk

Together Housing Group — www.togetherhousing.co.uk

Wokingham Borough Council — https://www.wokingham.gov.uk/

Wakefield District Housing — www.wdh.co.uk

Yorkshire Housing — www.yorkshirehousing.co.uk

EN:Procure reserves the right to cancel the procurement at any time and not to proceed with all or any part of the framework agreement. EN:Procure will not under any circumstance reimburse any expense incurred by bidders in preparing their tender submissions for the framework agreement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Postal address: 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: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice:
27/10/2020