loading
  • GB-N22 8LE London
  • 20.07.2017
  • Ausschreibung
  • (ID 2-269068)

Multi — Disciplinary Professional Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.07.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Generalplanerleistung / Kostenmanagement / Projektsteuerung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    ‘Homes for Haringey (“HfH”) is an Arms Length Management Organisation (ALMO), set up in April 2006 to manage the London Borough of Haringey's council housing. While the London Borough of Haringey (the “Council”) owns the homes and takes overall responsibility for housing policy and strategy, HfH is responsible for the day-to-day management of council homes.
    HfH is therefore procuring and will administer this contract on behalf of the Council. Under the current governance arrangements, any contract arising from this procurement will be awarded by and in the name of the Council. Under the terms of the contract the Council will have the right to novate the contract to HfH during the course of the contract term.
    The London Borough of Waltham Forest is administering this procurement process on behalf of HfH.’.
    Leistungsumfang
    Homes of Haringey seeks to procure for a multi-disciplinary consultancy services to manage the Landlord and Estates Works programme.
    The appointed consultant(s) will be required to receive details of anticipated projects (for external and common parts works) on an estate/area basis from HFH; then to provide all necessary disciplines within an experienced and appropriately sized team to validate the client's programmed works assumptions (including pre-works surveys); to design the works and any improvements (that are identified following a joint consultative process) in order to produce a ‘joined-up package’ that addresses all need to remove further planned works for a period of 6 to 7 years; to procure the works in projects using traditional lump sum contracts; to oversee the works and administer the contracts through to the end of defects liability period.
    Following identification of a project by HFH, the Consultant shall then provide services across a number of disciplines, reflective of the anticipated works that may be undertaken.
    HFH anticipate that the following core services will be required from the Consultant:
    — Project Management;
    — Architecture;
    — Building Surveying (including Contract Administration);
    — Cost Consultancy (including Mechanical and Electrical QS);
    — Mechanical, Electrical and Lift Engineering Design and Specification Writing;
    — CDM 2015 (advisory and Principal Designer);
    — Civil and Structural Engineering;
    — Party Wall Surveying
    — Clerk of Works
    note this procurement is being run through the London Tenders Portal e-tendering system. Suppliers who wish to express an interest will need to register on https://procontract.due-north.com where they will be able to access the SQ documents.
    Adresse des Bauherren UK-N22 8LE London
    TED Dokumenten-Nr. 237257-2017

  • Anzeigentext Ausschreibung

    maximieren

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

      2017/S 118-237257

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Borough of Haringey
      Civic Centre, High Road, Wood Green
      London
      N22 8LE
      United Kingdom
      Contact person: Mr Yaw Osei Tawiah
      Telephone: +44 2084964648
      E-mail: MjExblZsI2lWbF5WXTVsVmFpXVZiW2RnWmhpI1xkayNqYA==
      NUTS code: UK

      Internet address(es):

      Main address: http://www.walthamforest.gov.uk/

      Address of the buyer profile: http://www.walthamforest.gov.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.londontenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      Housing and community amenities

      Section II: Object

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

       

      Multi — Disciplinary Professional Services.

       

      Reference number: DN276057
      II.1.2)Main CPV code
      71000000 - AA01
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      ‘Homes for Haringey (“HfH”) is an Arms Length Management Organisation (ALMO), set up in April 2006 to manage the London Borough of Haringey's council housing. While the London Borough of Haringey (the “Council”) owns the homes and takes overall responsibility for housing policy and strategy, HfH is responsible for the day-to-day management of council homes.

      HfH is therefore procuring and will administer this contract on behalf of the Council. Under the current governance arrangements, any contract arising from this procurement will be awarded by and in the name of the Council. Under the terms of the contract the Council will have the right to novate the contract to HfH during the course of the contract term.

      The London Borough of Waltham Forest is administering this procurement process on behalf of HfH.’.

       

      II.1.5)Estimated total value
      Value excluding VAT: 30 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: UKI1
      II.2.4)Description of the procurement:

       

      Homes of Haringey seeks to procure for a multi-disciplinary consultancy services to manage the Landlord and Estates Works programme.

      The appointed consultant(s) will be required to receive details of anticipated projects (for external and common parts works) on an estate/area basis from HFH; then to provide all necessary disciplines within an experienced and appropriately sized team to validate the client's programmed works assumptions (including pre-works surveys); to design the works and any improvements (that are identified following a joint consultative process) in order to produce a ‘joined-up package’ that addresses all need to remove further planned works for a period of 6 to 7 years; to procure the works in projects using traditional lump sum contracts; to oversee the works and administer the contracts through to the end of defects liability period.

      Following identification of a project by HFH, the Consultant shall then provide services across a number of disciplines, reflective of the anticipated works that may be undertaken.

      HFH anticipate that the following core services will be required from the Consultant:

      — Project Management;

      — Architecture;

      — Building Surveying (including Contract Administration);

      — Cost Consultancy (including Mechanical and Electrical QS);

      — Mechanical, Electrical and Lift Engineering Design and Specification Writing;

      — CDM 2015 (advisory and Principal Designer);

      — Civil and Structural Engineering;

      — Party Wall Surveying

      — Clerk of Works

      note this procurement is being run through the London Tenders Portal e-tendering system. Suppliers who wish to express an interest will need to register on https://procontract.due-north.com where they will be able to access the SQ documents.

       

      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: 30 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The duration of the Contract will be for 60 months, with the possibility of a further extension for up to 60 months, subject to agreement between the Authority and the successful Provider.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 5
      Objective criteria for choosing the limited number of candidates:

       

      A providers economic and financial standing, as well as technical or professional ability will be taken into account. There are also grounds for mandatory exclusion where providers have to pass to progress with evaluation of their bids. Details of such information can be found in the SQ document.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Option to extend for 60 months.

       

      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
      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:
      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
      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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/07/2017
      Local time: 12:00
      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
      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 contracting authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the contract. Neither the Council nor HFH will, under any circumstances, reimburse any expense incurred by Applicants in preparing their SQ or tender submission.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England and Wales
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      19/06/2017
    © 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 22.06.2017
Zuletzt aktualisiert 22.06.2017
Wettbewerbs-ID 2-269068 Status Kostenpflichtig
Seitenaufrufe 61