loading
  • GB-E14 2BG London
  • 13.11.2017
  • Ausschreibung
  • (ID 2-280905)

THH5073 Better Neighbourhoods Consultancy Services Framework Agreement.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.11.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Energieplanung/ -beratung / Technische Ausrüstung / Sicherheits-/ Gesundheitsschutz / Kostenmanagement
    Sprache Englisch
    Aufgabe
    Services to include but not limited to:
    — Lead designer, Employers agent
    — Building surveying
    — Mechanical & electrical design and surveying
    — Quantity surveying
    — Project & programme management
    — Structural surveying
    — Clerk of works
    — Resident liaison
    — Health and safety including CDM
    — Contracts administration
    — Architectural design
    — Energy efficiency specialist works
    — Party wall management
    — Property valuations
    — Surveys of leaseholder and private properties as required.
    — Others as required
    To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment and the like.
    Leistungsumfang
    Multi-disciplinary consultancy services including but not limited to:
    — Lead designer
    — Employers agent
    — Building surveying
    — Mechanical & electrical design and surveying
    — Quantity surveying
    — Project and programme management
    — Structural surveying
    — Clerk of works
    — Resident liaison
    — Health and safety including CDM
    — Contracts administration
    — Architectural design
    — Energy efficiency specialist works
    — Party wall management
    — Property valuations
    — Surveys of leaseholder and private properties as required.
    — Others as required
    To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment; associated mechanical and electrical works; limited new build properties, extensions, conversions, block additions, and the like. Minor Works relate to Lots 2 to 5 of the Works Framework.
    Adresse des Bauherren UK-E14 2BG London
    TED Dokumenten-Nr. 409779-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Building services consultancy services

      2017/S 199-409779

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Tower Hamlets
      Mulberry Place
      London
      E14 2BG
      United Kingdom
      Contact person: Mrs Gohar Lecordier
      Telephone: +44 2073644795
      E-mail: MjE3X2FeUmRhVFxUXWMvY15mVGFXUFxbVGNiHVZeZR1kWg==
      NUTS code: UKI4

      Internet address(es):

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

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

      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://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      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: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      THH5073 Better Neighbourhoods Consultancy Services Framework Agreement.

       

      Reference number: DN251795
      II.1.2)Main CPV code
      71315210
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Services to include but not limited to:

      — Lead designer, Employers agent

      — Building surveying

      — Mechanical & electrical design and surveying

      — Quantity surveying

      — Project & programme management

      — Structural surveying

      — Clerk of works

      — Resident liaison

      — Health and safety including CDM

      — Contracts administration

      — Architectural design

      — Energy efficiency specialist works

      — Party wall management

      — Property valuations

      — Surveys of leaseholder and private properties as required.

      — Others as required

      To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment and the like.

       

      II.1.5)Estimated total value
      Value excluding VAT: 7 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Lot 1 — Major Works

      Lot 2 — Minor Works.

       

      II.2)Description
      II.2.1)Title:

       

      Better Neighbourhoods Consultancy Services — Major Works

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      70300000
      71200000
      71312000
      71314300
      71315210
      71317200
      71324000
      71530000
      72224000
      73220000
      79415200
      II.2.3)Place of performance
      NUTS code: UKI4
      Main site or place of performance:

       

      Properties owned or managed by the London Borough of Tower Hamlets including those outside of theBorough.

       

      II.2.4)Description of the procurement:

       

      Multi-disciplinary consultancy services including but not limited to:

      — Lead designer

      — Employers agent

      — Building surveying

      — Mechanical and electrical design and surveying

      — Quantity surveying

      — Project and programme management

      — Structural surveying

      — Clerk of works

      — Resident liaison

      — Health and safety including CDM

      — Contracts administration

      — Architectural design

      — Energy efficiency specialist works

      — Party wall management

      — Property valuations

      — Surveys of leaseholder and private properties as required.

      — Others as required

      To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment; associated mechanical and electrical works; limited new build properties, extensions, conversions, block additions, and the like.. Major Works refer to works ordered under Lot 1 of the Works Framework.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 20
      Price - Weighting: 80
      II.2.6)Estimated value
      Value excluding VAT: 3 200 000.00 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 number of candidates: 8
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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

       

      Work packages will be issued annually or as required and will be subject to specific performance requirements.

       

      II.2)Description
      II.2.1)Title:

       

      Better Neighbourhoods Consultancy Services — Minor Works

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      70300000
      71200000
      71312000
      71314300
      71315210
      71317200
      71324000
      71530000
      72224000
      73220000
      79415200
      II.2.3)Place of performance
      NUTS code: UKI4
      Main site or place of performance:

       

      Properties owned or managed by the London Borough of Tower Hamlets including those outside of the Borough.

       

      II.2.4)Description of the procurement:

       

      Multi-disciplinary consultancy services including but not limited to:

      — Lead designer

      — Employers agent

      — Building surveying

      — Mechanical & electrical design and surveying

      — Quantity surveying

      — Project and programme management

      — Structural surveying

      — Clerk of works

      — Resident liaison

      — Health and safety including CDM

      — Contracts administration

      — Architectural design

      — Energy efficiency specialist works

      — Party wall management

      — Property valuations

      — Surveys of leaseholder and private properties as required.

      — Others as required

      To support the delivery of block, converted house, house, garage and other associated area external building fabric; external decoration and works; internal communal areas; fire safety works; internal refurbishment; associated mechanical and electrical works; limited new build properties, extensions, conversions, block additions, and the like. Minor Works relate to Lots 2 to 5 of the Works Framework.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 20
      Price - Weighting: 80
      II.2.6)Estimated value
      Value excluding VAT: 3 800 000.00 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 number of candidates: 8
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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

       

      Work packages will be issued annually or as required and will be subject to specific performance requirements.

       

      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:

       

      Membership of RICS.

       

      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
      Reference to the relevant law, regulation or administrative provision:

       

      Membership of RICS.

       

      III.2.2)Contract performance conditions:

       

      A performance management process will operate.

      In the event of a pre-determined mix of performance and service failures being realised, this will exclude the consultant from participating in the framework for a specific time period.

      Repeat failures will result in permanent exclusion from the framework.

      A performance bond is required.

      A parent company guarantee will be required.

       

      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
      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: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 059-109772
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 13/11/2017
      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
      Duration in months: 6 (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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      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, and the contract will be awarded on the basis of the most economically advantageous tender.

      Please Note envisaged maximum number of participants to the framework agreement: is Between 6 and 12 depending on the award to more than one Lot.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      London Borough of Tower Hamlets
      Mulberry Place, 5 Clove Crescent
      London
      E14 2BG
      United Kingdom
      E-mail: MTJucG1hc3Bja2Nscj5ybXVjcGZfa2pjcnEsZW10LHNp

      Internet address:http://www.towerhamlets.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, Chapter 6 of the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/10/2017
    © 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 17.10.2017
Zuletzt aktualisiert 17.10.2017
Wettbewerbs-ID 2-280905 Status Kostenpflichtig
Seitenaufrufe 62