UK-Preston: Architectural, construction, engineering and inspection services.

UK-Preston: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Ltd
4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
Email: chris.harrison@placesforpeople.co.uk
Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
NUTS Code: UK
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: Yes.
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 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
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
Reference Number: Not provided
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
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
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:
UK UNITED KINGDOM

II.2.4) Description of 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 & Management (CDM) Services
•Property Advisory and Employers Agents Services
•Sustainability & 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
Currency: 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
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: 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 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:
Not Provided
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
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
The dynamic purchasing system might be used by additional purchasers - 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: Yes
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: 10/08/2029 Time: 12:00
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: Not Provided


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.
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
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
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:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 05/07/2019

Annex A