loading
  • GB-SE1 0LL London
  • 24.04.2017
  • Ausschreibung
  • (ID 2-260276)

Multi-Disciplinary Professional Services Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.04.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 10 - max. 10
    Gebäudetyp Feuerwehr, Polizei, Vollzug
    Art der Leistung Objektplanung Gebäude / sonstige / Technische Ausrüstung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-SE1 0LL London
    TED Dokumenten-Nr. 114139-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-London: Construction project management services

      2017/S 061-114139

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Fire and Emergency Planning Authority
      N/A
      169 Union Street
      London
      SE1 0LL
      United Kingdom
      Contact person: Michael McCarthy
      Telephone: +44 2085551200
      E-mail: MTlkYFpfWFxjJWRaWlhpa19wN2NmZVtmZSRdYGlcJV5mbSVsYg==
      NUTS code: UKI

      Internet address(es):

      Main address: http://www.london-fire.gov.uk

      Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33133

      I.2)Joint procurement
      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=19441&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=19441&B=BLUELIGHT
      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
      Notice number in the OJ S: 2017/S 049-089797
      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
    © 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 28.03.2017
Zuletzt aktualisiert 28.03.2017
Wettbewerbs-ID 2-260276 Status Kostenpflichtig
Seitenaufrufe 40