loading
  • GB-L36 6AP Huyton
  • 05.06.2017
  • Ausschreibung
  • (ID 2-263683)

Fusion21 Consultants Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.06.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Städtebauliche Projekte
    Art der Leistung Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie / Energieplanung/ -beratung / Sicherheits-/ Gesundheitsschutz / Kostenmanagement
    Sprache Englisch
    Aufgabe
    1.1.1 Fusion21 is developing a Framework for the provision of a range of Consultancy Services. This procurement exercise is inviting tenders from all interested companies which meet the criteria set out in the tender documentation. The Framework focuses on the provision of a full range of construction related consultancy services.
    Leistungsumfang
    The scope of services includes, but is not limited to;
    — Residential and commercial property valuations,
    — Portfolio valuations,
    — Leasehold valuations,
    — Enfranchisement,
    — Planning, development and funding,
    — Portfolio advisory,
    — Sales,
    — Option appraisal, feasibility and disposal,
    — Compulsory Purchase and compensation,
    — Taxation,
    — Loan security and finance,
    — Expert witness and litigation support.
    Adresse des Bauherren UK-L36 6AP Huyton
    TED Dokumenten-Nr. 160976-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Huyton: Construction consultancy services

      2017/S 083-160976

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Fusion21 Limited
      Link Road Depot, Link Road
      Huyton
      L36 6AP
      United Kingdom
      Telephone: +44 1514813000
      E-mail: MjEyXWJaYzRaaWddY2ImJSJXYyJpXw==
      Fax: +44 1514813001
      NUTS code: UK

      Internet address(es):

      Main address: http://www.fusion21.co.uk/

      Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA28628

      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: www.mytenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.mytenders.org
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Fusion21 Consultants Framework.

       

      II.1.2)Main CPV code
      71530000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      1.1.1 Fusion21 is developing a Framework for the provision of a range of Consultancy Services. This procurement exercise is inviting tenders from all interested companies which meet the criteria set out in the tender documentation. The Framework focuses on the provision of a full range of construction related consultancy services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 90 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Programme, Project Management & Multi Disciplinary Works

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      72224000
      73210000
      71315300
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      Scope of the works may cover, but not be limited to:

      — Preparatory surveys,

      — Feasibility reports,

      — Cost planning, control and reporting (including budgeting and cashflow forecasting),

      — Quantity surveying services,

      — Contract administration services,

      — Employers agent services,

      — Contract procurement and documentation,

      — Party wall surveys, obligations and agreements,

      — Compliance with planning and building regulations,

      — Building surveying services,

      — Clerk of works services,

      — Performance monitoring and reporting,

      — Risk management,

      — Project management services,

      — Programme planning,

      — Contract drafting and contract advice,

      — Expert Witness,

      — Defects Diagnosis/Building Pathology,

      — Multi Disciplinary Consultancy Services.

       

      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: 35 000 000.00 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.2.10)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:

       

      Stock Monitoring and Appraisal

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71315300
      71530000
      71314300
      70333000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to:

      — Disposal option surveys,

      — Fire precaution assessments,

      — Technical audits,

      — Stock condition surveys,

      — Non Traditional Housing Surveys and remedial works specification,

      — Business planning,

      — Dilapidation surveys,

      — Schedule of condition,

      — SAP rating/ NHER analysis and Energy Performance Certificates (EPC's),

      — Air tightness surveys,

      — Decent home surveys and compliance,

      — Disability access audits,

      — HHSRS surveys and reports,

      — Fire Risk Assessment.

       

      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: 15 000 000.00 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.2.10)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:

       

      Environmental

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71530000
      71314300
      71313000
      71313400
      71313420
      71313450
      90700000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to:

      — Air quality and odour impact assessments,

      — Contaminated land investigation & risk assessment,

      — Contaminated land remediation,

      — Environmental impact assessment,

      — Environmental management, audit and due diligence,

      — Flood Impact Assessment,

      — Sediment and effluent monitoring,

      — Waste classification and disposal advice,

      — Carbon management and ecological footprinting,

      — Eradication of invasive plant species.

       

      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.2.10)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:

       

      Structural and Civil Engineering

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      71250000
      71311000
      71312000
      71322000
      71322100
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to:

      — New build and refurbishment,

      — Pre-planning feasibility studies,

      — Structural design,

      — Building Information Modelling,

      — Structural investigations and inspections,

      — Structural reports and advice,

      — Infrastructure engineering,

      — Site investigations,

      — Geo environmental investigations,

      — Transport,

      — Highways Works,

      — Drainage Engineering,

      — Temporary works design,

      — Tall structures,

      — Specialist capability in historic and listed buildings.

       

      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: 5 000 000.00 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.2.10)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:

       

      Architectural

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      71000000
      71200000
      71221000
      71251000
      71313420
      71220000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to:

      — RIBA Plan of Work 2013 Services,

      — Principal Designer,

      — Contract Administration,

      — Employers Agent,

      — Architectural and drafting services,

      — BREEAM assessments,

      — Masterplanning,

      — Planning application and appeal,

      — Feasibility reports,

      — Building Information Modelling,

      — New build,

      — Alterations and extensions,

      — Penthouse extensions,

      — Hidden homes and infill sites,

      — Refurbishments,

      — Conversions,

      — Planning designs and applications,

      — Working details,

      — As built drawings,

      — Section 106 planning agreements.

       

      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: 10 000 000.00 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.2.10)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:

       

      Building Engineering Services

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      71315300
      71250000
      71324000
      71311000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to:

      — Design,

      — Building Information Modelling,

      — Plant audits,

      — Commissioning management,

      — Client training,

      — Commissioning systems,

      — Site surveys,

      — Feasibility studies,

      — Electronic permit to work,

      — Programming of works,

      — Electronic O & M documentation,

      — Heating Ventilation Air Conditioning (HVAC) design and installation management,

      — Maintenance service management,

      — Communication lines, telephones and IT networks (ICT),

      — Fire detection and protection,

      — Lightning protection,

      — High Voltage (HV) and Low Voltage (LV) systems, distribution boards and switchgear,

      — Natural lighting, artificial lighting, and building facades,

      — Security and alarm systems,

      — Ventilation and refrigeration,

      — Water, drainage and plumbing.

       

      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: 10 000 000.00 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.2.10)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:

       

      Property Asset Management Software Supply; Software Support

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      72000000
      72200000
      72266000
      72261000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to;

      — Database modelling,

      — Cost analysis & projection,

      — Property archetype grouping and analysis,

      — GIS integration,

      — Stock condition data and analysis,

      — Investment programme modelling,

      — Management information reporting,

      — Option appraisal modelling,

      — Business plan preparation,

      — Software sale and support services,

      — Software licensing and support services,

      — Building Information Modelling.

       

      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: 3 000 000.00 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.2.10)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:

       

      Principal Designer

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      71317210
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to;

      — Principal Designer Duties under the CDM Regulations 2015,

      — Health & Safety Audits,

      — Competency Assessments,

      — Accident Investigation.

       

      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: 3 000 000.00 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.2.10)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:

       

      Heritage and Conservation

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      71315300
      71251000
      71221000
      71313420
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to;

      — RIBA Plan of Work 2013 Services,

      — Building Information Modelling,

      — Principal Designer,

      — Contract Administration,

      — Employers Agent,

      — Conservation,

      — Adaptation, restoration, protection and rehabilitation of monuments, buildings, groups of buildings and sites,

      — Grants and funding,

      — BREEAM assessments.

       

      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: 5 000 000.00 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.2.10)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:

       

      Valuations

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71530000
      71315200
      79419000
      70332200
      70331000
      66171000
      79111000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The scope of services includes, but is not limited to;

      — Residential and commercial property valuations,

      — Portfolio valuations,

      — Leasehold valuations,

      — Enfranchisement,

      — Planning, development and funding,

      — Portfolio advisory,

      — Sales,

      — Option appraisal, feasibility and disposal,

      — Compulsory Purchase and compensation,

      — Taxation,

      — Loan security and finance,

      — Expert witness and litigation support.

       

      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: 3 000 000.00 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.2.10)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
      List and brief description of conditions:

       

      Bidders should refer to the tender documents to understand their suitability to pursue the activities of each Lot.

       

      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:

       

      LOT 9 only — Firms applying for Lot 9, Heritage and Conservation must hold Corporate Membership of RIBA or RICS with individual members accredited with RIBA SCA (Specialist Conservation Architect), RIBA CA (Conservation Architect), AABC (Architect Accredited in Building Conservation), or RICS Building Conservation Accreditation.

       

      III.2.2)Contract performance conditions:

       

      It is a requirement of the Framework that consultants can deliver relevant social outcomes in the delivery of the services. The requirements and expectations are outlined in the tender documents.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open 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: 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: 05/06/2017
      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
      Date: 05/06/2017
      Local time: 12:00
      Place:

       

      Fusion21 Head Office, Link Road, Merseyside, L36 6AP.

       

      Information about authorised persons and opening procedure:

       

      Procurement and Supply Chain Manager — to open electronically using the myTenders electronic post box facility.

       

      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:

       

      Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=196330

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (MT Ref:196330).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Fusion21 Limited
      Link Road Depot, Link Road
      Huyton
      L36 6AP
      United Kingdom
      Telephone: +44 1514813000
      Fax: +44 1514813001

      Internet address:http://www.fusion21.co.uk/

      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:
      26/04/2017
    © 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 28.04.2017
Zuletzt aktualisiert 28.04.2017
Wettbewerbs-ID 2-263683 Status Kostenpflichtig
Seitenaufrufe 45