Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Technical Advisory Services Panel

  • First published: 16 December 2020
  • Last modified: 16 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Harris Federation
Authority ID:
AA22005
Publication date:
16 December 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Harris Federation

4th Floor Norfolk House, Wellesley Road

Croydon

CR0 1LH

UK

Telephone: +44 2082537777

E-mail: procurement@harrisfederation.org.uk

Fax: +44 2082537778

NUTS: UK

Internet address(es)

Main address: www.harrisfederation.org.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA30809

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Technical Advisory Services Panel

II.1.2) Main CPV code

71541000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Federation wishes to form a technical advisory services panel which will run for four 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 million per year school condition allocation which it would expect to focus on around five 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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 200 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

71315300

45453100

70332000

50000000

71220000

45214000

71356000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

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

Quality criterion: Technical experience and expertise / Weighting: 40

Quality criterion: Methodology / Weighting: 20

Cost criterion: Cost / Weighting: 40

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

All information is contained in 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

IV.1.8) Information about 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:

2020/S 113-275476

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/12/2020

V.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 23

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Barker Associates (Essex) Ltd

Majesty House, Avenue West, Skyline 120

Braintree

CM77 7AA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bailey Partnership (Consulting) LLP

Bridge House, Basted, Sevenoaks, Kent

Borough Green

TN15 8PS

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

AHR Building Consultancy Ltd

Norwich Union House, High Street

Huddersfield

HD1 2LF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

AMR Consult

4-7 Sudrey Street

London

SE11PF

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rider Levett Bucknall UK Ltd

60 New Broad Street

London

EC2M 1JJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

OCR Surveying Ltd

Kemp House, City Road

London

EC1V 2NX

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 200 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) 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.

(MT Ref:221405)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

VI.5) Date of dispatch of this notice

11/12/2020

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71315300 Building surveying services Building services
71541000 Construction project management services Construction management services
45214000 Construction work for buildings relating to education and research Building construction work
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
45453100 Refurbishment work Overhaul and refurbishment work
50000000 Repair and maintenance services Other Services
71356000 Technical services Engineering-related scientific and technical services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@harrisfederation.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.