loading
  • GB-NW1 2PG London
  • 06.11.2017
  • Ausschreibung
  • (ID 2-280217)

Consultants Framework (2018 — 2022).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.11.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 20 - max. 30
    Gebäudetyp Gesundheitswesen / Hochschulen, Wissenschaft und Forschung
    Art der Leistung sonstige / Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Technische Ausrüstung / Kostenmanagement / Objektplanung Freianlagen / Projektsteuerung
    Sprache Englisch
    Aufgabe
    Procurement of consultants framework.
    Leistungsumfang
    Lot to comprise the establishment of a multiple framework agreement with 3 consultants for the provision of Healthcare Planning (Strategic Briefing) Services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 8 is envisaged to be 6.
    Adresse des Bauherren UK-NW1 2PG London
    TED Dokumenten-Nr. 398447-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Building consultancy services

      2017/S 194-398447

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University College London Hospitals NHS Foundation Trust
      250 Euston Road
      London
      NW1 2PG
      United Kingdom
      Telephone: +44 1732600500
      E-mail: 
      MjE0ZldgVldkZTJVU19XZGFgZSBnXSBVYV8=
      NUTS code: UKI

      Internet address(es):

      Main address: http://uclh.nhs.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://suppliers.multiquote.com
      Additional information can be obtained from another address:
      University College London Hospitals NHS Foundation Trust
      250 Euston Road
      London
      NW1 2PG
      United Kingdom
      Telephone: +44 1732600500
      E-mail: 
      MjExaVpjWVpnaDVYVmJaZ2RjaCNqYCNYZGI=
      NUTS code: UKI

      Internet address(es):

      Main address: http://uclh.nhs.uk

      Tenders or requests to participate must be submitted electronically via: https://suppliers.multiquote.com
      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
      Health

      Section II: Object

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

       

      Consultants Framework (2018 — 2022).

       

      Reference number: CA4197
      II.1.2)Main CPV code
      71315200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Procurement of consultants framework.

       

      II.1.5)Estimated total value
      Value excluding VAT: 11 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 8
      Maximum number of lots that may be awarded to one tenderer: 8
      II.2)Description
      II.2.1)Title:

       

      Lot 1 — Architecture

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71315200
      71000000
      71200000
      71220000
      71250000
      71251000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 4 consultants for the provision of Architectural services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 1 is envisaged to be 8.

       

      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: 2 500 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 Management

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71315200
      72224000
      71541000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 5 consultants for the provision of Construction Project Management services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 2 is envisaged to be 10.

       

      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: 2 500 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 — Cost Consultancy

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71315200
      71324000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 4 consultants for the provision of Cost Consultancy services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 3 is envisaged to be 8.

       

      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: 1 000 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 — Mechanical, Electrical & Plumbing (MEP) Engineering Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71315200
      71000000
      71250000
      71251000
      71315300
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 4 consultants for the provision of Mechanical, Electrical & Plumbing (MEP) Engineering services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 4 is envisaged to be 8.

       

      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: 2 000 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 — Civil & Structural Engineering

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71315200
      71315100
      71250000
      71312000
      71322000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 3 consultants for the provision of Civil & Structural Engineering services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 5 is envisaged to be 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
      Value excluding VAT: 500 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 — Multi-Disciplinary Services (Inc. Building Surveying)

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71315300
      71251000
      71322100
      71324000
      71334000
      71321000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 4 consultants for the provision of Multi-Disciplinary services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. This lot is designed to provide a ‘one stop shop’ for delivery of cross scope services. There is an understanding that this lot may require the use of sub-consultants to deliver the full scope of services, but that there will be a lead consultant who will assume responsibility of project execution. Applicants should only apply for this lot if they can deliver the full scope of services required. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 6 is envisaged to be 8.

       

      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: 1 500 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 7 — Principal Designer

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71315200
      71317210
      71317200
      71520000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 3 consultants for the provision of principal designer services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 7 is envisaged to be 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
      Value excluding VAT: 500 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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 8 — Healthcare & Planning

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71315200
      75122000
      72224000
      79411000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the procurement:

       

      Lot to comprise the establishment of a multiple framework agreement with 3 consultants for the provision of Healthcare Planning (Strategic Briefing) Services in connection with the maintenance and improvement of the Estate and support the Trust's capital programme. Number and methodology for shortlisting at SQ stage to be invited to tender is set out fully in the procurement documentation. The number to be shortlisted for Lot 8 is envisaged to be 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
      Value excluding VAT: 500 000.00 GBP
      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 minimum number: 20
      Maximum number: 30
      Objective criteria for choosing the limited number of candidates:

       

      Staged recourse.

       

      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
      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
      Execution of the service is reserved to 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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 30
      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: 06/11/2017
      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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      The Authority is establishing this framework agreement for itself, NHS Trusts, other NHS Foundation Trusts and Councils, which come within the membership of the North Central London Sustainability & Transformation Plan (STP), and the other 22 Trust members of UCL Partners. Consultants appointed to the framework may also be required to undertake services on behalf of the following organisations:

      1. Barking, Havering and Redbridge University Hospitals NHS Trust.

      2. Barnet, Enfield and Haringey University Hospitals Trust.

      3. Barts Health NHS Trust.

      4. Basildon and Thurrock University Hospitals NHS Trust.

      5. Camden and Islington NHS Foundation Trust.

      6. East London NHS Foundation Trust.

      7. Great Ormond Street Hospital for Children NHS Foundation Trust.

      8. Hertfordshire Community NHS Trust.

      9. Homerton University Hospital NHS Trust.

      10. Luton and Dunstable University Hospital NHS Foundation Trust.

      11. Mid Essex Hospital Services NHS Trust.

      12. Moorfields Eye Hospital NHS Foundation Trust.

      13. North East London NHS Foundation Trust.

      14. North Middlesex Hospital NHS Trust.

      15. The Princess Alexandra Hospital NHS Trust.

      16. Royal Free London NHS Foundation Trust.

      17. Royal National Orthopaedic Hospital NHS Trust.

      18. Essex Partnership University NHS Foundation Trust.

      19. Southend University Hospital NHS Foundation Trust.

      20. The Tavistock and Portman NHS Foundation Trust.

      21. West Hertfordshire Hospitals NHS Trust.

      22. Whittington NHS Trust.

      23. Camden Clinical Commissioning Group.

      24. Barnet Clinical Commissioning Group.

      25. Islington Clinical Commissioning Group.

      26. Haringey Clinical Commissioning Group.

      27. Enfield Clinical Commissioning Group.

      28. Camden Council.

      29. Barnet Council.

      30. Enfield Council.

      31. Haringey Council.

      32. Islington Council.

      33. Barnet Enfield and Haringey Mental Health NHS Trust.

      34. Central and North West London NHS Foundation Trust.

      35. Central London Community Healthcare NHS Trust.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      University College London Hospitals NHS Foundation Trust
      250 Euston Road
      London
      NW1 2PG
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      Centre for effective dispute resolution (CEDR)
      70 Fleet Street
      London
      EC4Y 1EU
      United Kingdom
      Telephone: +44 2034479003
      E-mail: 
      MjE2WV5WXzBTVVRiHlNfXQ==
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful tenderers will be provided with information in the ‘Award Decision Notice’ at the start of the standstill period including details of their tender in relation to the winning tender comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      University College London Hospitals NHS Foundation Trust
      250 Euston Road
      London
      NW1 2PG
      United Kingdom
      VI.5)Date of dispatch of this notice:
      06/10/2017
    © 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 10.10.2017
Zuletzt aktualisiert 10.10.2017
Wettbewerbs-ID 2-280217 Status Kostenpflichtig
Seitenaufrufe 47