Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local agency/office
I.5)Main activity
Public order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi-Disciplinary Professional Services Framework.
Reference number: PROC/5964/17
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
The London Fire and Emergency Planning Authority (the Authority) is looking to conduct a competitive procurement process with a view to establishing a Framework agreement with three (3) Multi-Disciplinary Professional Services companies (the ‘Provider(s)’) to provide services over a 4 year period. The intention is that the Multi-Disciplinary Professional Services shall be provided by Building Surveying and Building Services led Provider(s) with a remit for carrying out professional services for projects up to 1 000 000 GBP in construction value, although with the flexibility to exceed this limit as required.
II.1.5)Estimated total value
Value excluding VAT: 3 500 000.00 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)
71200000
71220000
71320000
71321000
71322000
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
It is anticipated that the Framework Agreement will require the following professional services: Project Management; cost consultancy; contract administration; Principal Designer; multi- disciplinary design team services; BREEAM services; Clerk of Works; and other professional services as required.
The projects will involve primarily fire stations, but also other non-fire station premises such as offices, training facilities and any other ancillary accommodation in the estate. The following types of projects are a non-exhaustive list of Instructions or Call Off Contracts that the Authority anticipates awarding under the Framework Agreement over the subsequent duration: Redecorations; refurbishments; new builds; appliance bay doors; new gates; roofing works; window replacements; new heating systems, electrical rewires, building management system upgrades (e.g. fire alarm); renewable energy projects; yard resurfacing and other relevant projects.
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: 3 500 000.00 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 number of candidates: 10
Objective criteria for choosing the limited number of candidates:
As outlined in the procurement documents.
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
The anticipated total value of fees based on previous years and over the four (4) year Framework Agreement is 3 500 000 GBP. These fees are anticipated to be spread across the three (3) appointed Providers. The Authority warrants no exclusivity to the Providers and does not guarantee any quantum of fees to the Providers.
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:
Selection criteria as stated in the 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:
As indicated in the procurement documents.
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: 3
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 08/05/2017
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: 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
VI.3)Additional information:
This Framework Agreement may be accessed by other Functional Bodies of the Greater London Authority with the consent of the London Fire and Emergency Planning Authority.
VI.4)Procedures for review
VI.4.1)Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
United Kingdom
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 of at least 10 calendar days when information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before the Contract is entered into. Applicants have 2 working days from notification of the award to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period.
Such additional information should be requested from the address in I.1) above. If an appeal regarding the award of a Contract has not been successfully resolved, the Public Contracts Regulations 2015 (R 86/87) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action to the High Court (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
24/03/2017