United Kingdom-Croydon: Construction project management services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Croydon: Construction project management services
OJEU (High Value) 275476-2020
Type Invitation to tender
Date Published 2020-06-12
Deadline 2020-07-10 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Harris Federation
Postal address: 4th Floor Norfolk House, Wellesley Road
Town: Croydon
Postal code: CR0 1LH
Country: UK
Telephone: +44 2082537777
E-mail: procurement@harrisfederation.org.uk
Fax: +44 2082537778
NUTS code: UK
Main address: www.harrisfederation.org.uk
Address of the buyer profile (URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Communication
I.3) Procurement documents
(URL):www.mytenders.co.uk

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
www.mytenders.co.uk
www.mytenders.co.uk
I.4) Type of the contracting authority: BODY PUBLIC

Main Activity
I.5.1) Main Activity: EDUCATION

Section II: Object of Contract


Title:
Technical Advisory Services Panel


II.1.4) Short description
The Federation wishes to form a technical advisory services panel which will run for 4 years from 1 December 2020. The panel will facilitate our needs to project manage capital building projects from a technical perspective. The panel will be formed of companies and named individuals. We anticipate the panel comprising of no more than five members but the Federation reserves the right to vary this.

The Federation is expected to have GBP 4 m per year school condition allocation which it would expect to focus on around 5 large building projects, i.e. refurbishment and maintenance. It could include new roofs, boilers, electrical systems, reconfiguration of classrooms, or extensions to buildings.

In addition to the school condition allocation, technical advisers may be called upon to support academies using their own budgets to undertake refurbishment work.

Projects may be allocated to technical advisers either by Direct Award or by issuing a further competition to all technical advisers on the panel.


Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKI
II.1.4) Short description
Project management and technical advisory services are required to ensure the satisfactory and effective procurement and delivery of school building projects, utilising various different procurement vehicles including frameworks.

The Federation anticipates drawing up a panel of suitably experience/qualified technical advisors who it can call upon over the next 4 years on a call-off basis.

The technical advisory services will include project development through to completion of the building works and settlement of final account. The disciplines required are as follows, but not limited to:

— to prepare the scope of works or design brief;

— work up a programme to deliver the project by agreed dates with the federation project manager;

— develop detailed design;

— provide the Federation’s Procurement Team with a list of contractors (names and email contact details) who should be alerted to the project for bidding purposes;

— prepare draft tender documents including detailed evaluation criteria and liaise with the Federation’s Procurement Team to reach a final version which the Federation will publish on contracts Finder via its eTendering tool, myTenders; the opportunity will be advertised to the open market;

— respond to any project specific tender clarifications;

— evaluate all the tender bids, documenting your analysis, scoring and commentary against the evaluation criteria, providing a tender evaluation report and recommendation on which contractor(s) should be appointed and why and providing detailed feedback for those contractor(s) who were unsuccessful;

— following endorsement or agreement of the preferred contractor(s), draft a contract using an appropriate JCT format; the Federation’s Procurement Team will issue the contract;

— the technical advisor will be required to operate independently of the Federation’s Project Manager; the technical advisor will liaise and deal with the academy to deliver the programme of work on time and on budget to the academy and Federation’s satisfaction;

— building surveyor;

— cost management;

— risk management and analysis and develop and maintain a project risk register;

— town and country planning advisers;

— building control advisers;

— M&E engineering;

— structural and civil engineering;

— manage the works until handover;

— chair and minute meetings with client, school, stakeholders and contractors;

— the technical advisor will communicate regularly with the Federation and Academy updating regularly in writing and through onsite meetings;

— carry out regular site inspections during the works and provide progress updates to the Federation Project Manager;

— carry out monthly valuations and monthly predicated final accounts;

— final account preparations for approval by the Federation;

— issuing all contractual certification;

— prepare snagging lists and chair handover and commissioning meetings;

— end of defects period final inspection meetings;

— undertake principal designer duties;

— undertake HSE construction (Design and Management) Regulations 2015;

— clerk of work.

Other survey work — occasionally the Federation may have requirements for survey work to be undertaken and so costs for these should also be provided:

— building/area condition survey report,

— measured survey,

— roof survey,

— window survey,

— due diligence survey.

II.2.5) Award criteria:

II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

All information is contained in the invitation to tender documents.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Please see ITT documents.

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions
See ITT.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Open
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.3) Envisaged maximum number of participants to the framework agreement 5

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-07-10
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 3
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-07-10
IV.2.7) Local time 12:00

Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

This procurement is being undertaken using the open OJEU Procedure and bidders are required to submit completed response documents and rate cards with their response.

Contracts awarded from this tender will be let under NEC 3 terms.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:219902)


Review body:
Official name: Public Procurement Review Service
Postal address: Cabinet Office
Town: London
Country: UK

Section VI

Date of dispatch of this notice : 2020-06-10

CPV Codes
71541000; 71315300; 45453100; 70332000; 50000000; 71220000; 45214000; 71356000; Construction project management services; Building surveying services; Refurbishment work; Non-residential property services; Repair and maintenance services; Architectural design services; Construction work for buildings relating to education and research; Technical services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.