loading
  • GB-SW6 1TR London
  • 02.05.2017
  • Ausschreibung
  • (ID 2-261080)

Construction Professional Services Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.05.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 3
    Gebäudetyp Feuerwehr, Polizei, Vollzug
    Art der Leistung sonstige / Objektplanung Gebäude / Studien, Gutachten / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie / Technische Ausrüstung / Kostenmanagement / Dokumentation / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The Authority is seeking to establish a Framework for the provision of Design /Architectural/Engineering/Surveying services, project management (CA/EA), cost management, programme management, building control. The Authority wishes to appoint a panel of multi-disciplinary and specialist consultants to support MPS and other public bodies. The term of the Framework will be 48 months with the option to extend for a further 12 months where the legal regime permits. The Authority is proposing to appoint a total of 16 service providers across 6 individual Lots. All service disciplines are necessary for the completion and delivery of a diverse range of construction projects (incl. new & refurbishment schemes) through RIBA Works Stages 0 to 7. The value of the schemes is likely to range from 150 000 GBP to 20 000 000 GBP and above. A further detailed description of the specific services per Lot is set out in the Statement of Service Requirements (SoSR) document which is included in the procurement documents.
    Leistungsumfang
    Under this Lot 6 the service provider will be providing Building Control Approved Inspector. More information about the services included under this Lot can be found in the SoSR.
    A service provider which applies to be listed under Lot 6 can also apply to be listed under Lots 4 and 5.
    Adresse des Bauherren UK-SW6 1TR London
    TED Dokumenten-Nr. 124383-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

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

      2017/S 066-124383

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Mayor's Office for Policing and Crime (MOPAC) c/o the Metropolitan Police Service (MPS) (together the Authority)
      n/a
      Empress State Building, Lillie Road, Earls Court, Greater London
      London
      SW6 1TR
      United Kingdom
      Contact person: Gerard Lynch
      Telephone: +44 02071613332
      E-mail: MTZBX2xbbF4oRnNoXWI6Z19uKGpoaChqaWZjXV8ob2U=
      NUTS code: UK

      Internet address(es):

      Main address: https://beta.met.police.uk/

      Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396

      I.2)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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19641&B=BLUELIGHT
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19641&B=BLUELIGHT
      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
      Public order and safety

      Section II: Object

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

       

      Construction Professional Services Framework.

       

      Reference number: SS3/16/109
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Authority is seeking to establish a Framework for the provision of Design /Architectural/Engineering/Surveying services, project management (CA/EA), cost management, programme management, building control. The Authority wishes to appoint a panel of multi-disciplinary and specialist consultants to support MPS and other public bodies. The term of the Framework will be 48 months with the option to extend for a further 12 months where the legal regime permits. The Authority is proposing to appoint a total of 16 service providers across 6 individual Lots. All service disciplines are necessary for the completion and delivery of a diverse range of construction projects (incl. new & refurbishment schemes) through RIBA Works Stages 0 to 7. The value of the schemes is likely to range from 150 000 GBP to 20 000 000 GBP and above. A further detailed description of the specific services per Lot is set out in the Statement of Service Requirements (SoSR) document which is included in the procurement documents.

       

      II.1.5)Estimated total value
      Value excluding VAT: 50 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Individual Lots or the following combinations Lots 1 & 2 or Lots 2 & 3 or Lots 4 & 5 or Lots 4, 5 & 6 or Lots 5 & 6.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 1: Project Delivery Services requiring full design for projects of value up to £2M

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      71220000
      71221000
      71241000
      71242000
      71248000
      71250000
      71300000
      71312000
      71313000
      71313400
      71315300
      71319000
      71320000
      71321000
      71324000
      71500000
      71510000
      71530000
      71541000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Greater London.

       

      II.2.4)Description of the procurement:

       

      Under this lot service providers will primarily be providing initial and full design services, including architecture, engineering, surveying, CDM PD services. More information about the services included under this Lot can be found in the SoSR. Subject to capacity it is envisaged that 4 service providers will be appointed to Lot 1. A service provider which applies to be listed under Lot 1 can also apply to be listed under Lot 2.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 8
      Objective criteria for choosing the limited number of candidates:

       

      Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Lot 2: Project Delivery Services requiring full design for projects of value above 2 000 000 GBP

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71200000
      71220000
      71221000
      71241000
      71242000
      71248000
      71250000
      71300000
      71312000
      71313000
      71313400
      71315300
      71319000
      71320000
      71321000
      71324000
      71500000
      71510000
      71530000
      71541000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Greater London.

       

      II.2.4)Description of the procurement:

       

      Under this lot service providers will primarily be providing initial and full design services, including architecture, engineering, surveying, CDM PD services. More information about the services included under this Lot can be found in the SoSR.

      Subject to capacity it is envisaged that 6 service providers will be appointed to Lot 2.

      A service provider which applies to be listed under Lot 2 can also apply to be listed under Lot 3.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 12
      Objective criteria for choosing the limited number of candidates:

       

      Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Lot 3: Project Delivery Services requiring a ‘design & build’ services for project of any value

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71200000
      71220000
      71221000
      71241000
      71242000
      71248000
      71250000
      71300000
      71312000
      71313000
      71313400
      71315300
      71319000
      71320000
      71321000
      71324000
      71500000
      71510000
      71530000
      71541000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Greater London.

       

      II.2.4)Description of the procurement:

       

      Under this lot service providers will primarily be providing project management, cost management and contract administration services (Employer's Agent) for Design & Build projects. More information about the services included under this Lot can be found in the SoSR. Subject to capacity it is envisaged that 3 service providers will be appointed to Lot 3. A service provider which applies to be listed under Lot 3 can also apply to be listed under Lot 2.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Lot 4: Cost Management services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71200000
      71220000
      71221000
      71241000
      71242000
      71248000
      71250000
      71300000
      71312000
      71313000
      71313400
      71315300
      71319000
      71320000
      71321000
      71324000
      71500000
      71510000
      71530000
      71541000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Greater London.

       

      II.2.4)Description of the procurement:

       

      Under this Lot 4 the service provider will be providing Cost Management (Quantity Surveying) services including:

      — Cost planning exercises;

      — Cost benchmarking exercises;

      — Project and programme procurement strategies (including OJEU procurements, construction works framework mini-completion and direct awards);

      — VFM audits (cost, technical, forensic);

      — QS services independent from Lots 1, 2 and 3 service providers.

      More information about the services included under this Lot can be found in the SoSR.

      A service provider which applies to be listed under Lot 4 can also apply to be listed under Lots 5 and 6.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 3
      Objective criteria for choosing the limited number of candidates:

       

      Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Lot 5: Programme Management services

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71200000
      71220000
      71221000
      71241000
      71242000
      71248000
      71250000
      71300000
      71312000
      71313000
      71313400
      71315300
      71319000
      71320000
      71321000
      71324000
      71500000
      71510000
      71530000
      71541000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Greater London.

       

      II.2.4)Description of the procurement:

       

      Under this Lot 5 the service provider will be providing programme management services including but not limited to:

      — Complex programme implementation/development management;

      — Project delivery strategies;

      — Business case development;

      — Complex project moves management;

      — Project Management independent of Lots 1, 2 & 3 service providers.

      More information about the services included under this Lot can be found in the SoSR.

      A service provider which applies to be listed under Lot 5 can also apply to be listed under Lots 4 and 6.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 3
      Objective criteria for choosing the limited number of candidates:

       

      Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Lot 6: Building Control Services

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71200000
      71220000
      71221000
      71241000
      71242000
      71248000
      71250000
      71300000
      71312000
      71313000
      71313400
      71315300
      71319000
      71320000
      71321000
      71324000
      71500000
      71510000
      71530000
      71541000
      71600000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Greater London.

       

      II.2.4)Description of the procurement:

       

      Under this Lot 6 the service provider will be providing Building Control Approved Inspector. More information about the services included under this Lot can be found in the SoSR.

      A service provider which applies to be listed under Lot 6 can also apply to be listed under Lots 4 and 5.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 3
      Objective criteria for choosing the limited number of candidates:

       

      Technical ability, capacity, experience and financial standing as set out in the Standard Selection Questionnaire (SSQ).

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

      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:

       

      Refer to procurement 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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      The Authority reserves the right to require a consortium participating in this procurement process to be legally incorporated to enter into the Framework Agreement, if successful.

       

      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

      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 establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 16
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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: 2016/S 246-449455
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 02/05/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 05/06/2017
      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: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The Authority is purchasing on behalf of other contracting authorities: All Police Forces in England and Wales (https://www.police.uk/forces) and the Greater London Authority (GLA) Group of Functional Bodies, London Ambulance Service and the City of London Corporation will have access to this framework agreement.

      Tender documentation is available only through the EU-Supply Bluelight system at https://uk.eu-supply.com/login.asp?B=BLUELIGHT. All queries and communications must be made via the EU-Supply Bluelight system.

      The Authority proposes to call off from the Framework Agreement primarily using mini-competitions but with the option to use a rotation system and direct awards where appropriate and subject to specific conditions. Please see the Memorandum of Information where the call off procedure is set out.

      As at the date of this notice, the Authority is unable to give accurate indication of the likely demand from other Contracting Authorities for services required under this Framework.

      The Authority, acting in accordance with PCR15, reserves the right to:

      a. amend, add to or withdraw all, or any part of this procurement and the right to terminate this procurement process at any time;

      b. not enter into any agreement for some, or all of the works and services for which the tenderers are invited to tender;

      c. reduce the scope of the service requirements included in this procurement process and it shall not be bound to accept any Tender without incurring any liability to the affected tenderers;

      d. award to a service provider member of the Framework under an existing call-off additional services to the called-off services, which have become necessary (and were not included in the initial call off), where the change of provider (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial Call Off process, or (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price to the Authority does not exceed 50 % of the value of the initial call off;

      e. award to a service provider member of the Framework under an existing call-off additional services where (i) the need to do so was brought about by circumstances which a diligent contracting authority could not have foreseen; (ii) the award does not alter the overall nature of the initial call off; and (iii) any increase in price does not exceed 50 % of the value of the initial call;

      f. award to a service provider member of the Framework Agreement under an existing call-off additional services where (i) the value of the additional services is below 164 000 GBP and (ii) and the value of the additional services does not exceed 1 % of the value of the initial call-off.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Metropolitan Police Service
      Empress State Building
      London
      SW61TR
      United Kingdom
      E-mail: MTJOcG1hc3Bja2NsckdrbnBtdGNrY2xycT5rY3Isbm1qZ2FjLHNp
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Authority will incorporate a standstill period at the point information on the award of the Framework Agreement is communicated to tenderers which will include full information on the award decision. The standstill period which will be for 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The PCR15 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      31/03/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 04.04.2017
Zuletzt aktualisiert 04.04.2017
Wettbewerbs-ID 2-261080 Status Kostenpflichtig
Seitenaufrufe 39