loading
  • GB-HP11 1JU High Wycombe
  • 08.12.2017
  • Ausschreibung
  • (ID 2-284394)

Consultant Construction Services Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 08.12.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Sicherheits-/ Gesundheitsschutz / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    Red Kite is seeking to establish a Framework for the provision of Architectural, Principal Designer, Cost Management (Quantity Surveyor) and Employer's Agent services. Red Kite wishes to appoint a panel of multi-disciplinary and specialist consultants. The term of the Framework will be 48 months. Red Kite is proposing to appoint 6 service providers for each of the 4 individual Lots. The services are required for the completion and delivery of a diverse range of housing development projects.
    Leistungsumfang
    Under this lot, consultants will be required to provide QS or Cost Consultancy Services. It is envisaged that up to 6 consultants will be appointed to Lot 4.
    Adresse des Bauherren UK-HP11 1JU High Wycombe
    TED Dokumenten-Nr. 463968-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-High Wycombe: Architectural, construction, engineering and inspection services

      2017/S 223-463968

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Red Kite Community Housing Limited
      31322 R
      Windsor Court, Kingsmead Business Park, Frederick Place
      High Wycombe
      HP11 1JU
      United Kingdom
      Contact person: Finley Wood
      E-mail: MjExZWdkWGpnWmJaY2k1Z1pZYF5pWl1kamheY1wjZGdcI2pg
      NUTS code: UKJ13

      Internet address(es):

      Main address: http://redkitehousing.org.uk/

      I.1)Name and addresses
      Red Kite Community Housing Limited
      31322 R
      Windsor Court, Kingsmead Business Park, Frederick Place
      High Wycombe
      HP11 1JU
      United Kingdom
      Contact person: Finley Wood
      E-mail: MjE1YWNgVGZjVl5WX2UxY1ZVXFplVllgZmRaX1gfYGNYH2Zc
      NUTS code: UKJ13

      Internet address(es):

      Main address: http://redkitehousing.org.uk/

      I.1)Name and addresses
      Red Kite Community Housing Limited
      31322 R
      Windsor Court, Kingsmead Business Park, Frederick Place
      High Wycombe
      HP11 1JU
      United Kingdom
      Contact person: Finley Wood
      E-mail: MTRsbmtfcW5haWFqcDxuYWBnZXBhZGtxb2VqYyprbmMqcWc=
      NUTS code: UKJ13

      Internet address(es):

      Main address: http://redkitehousing.org.uk/

      I.1)Name and addresses
      Red Kite Community Housing Limited
      31322 R
      Windsor Court, Kingsmead Business Park, Frederick Place
      High Wycombe
      HP11 1JU
      United Kingdom
      Contact person: Finley Wood
      E-mail: MTZqbGldb2xfZ19objpsX15lY25fYmlvbWNoYShpbGEob2U=
      NUTS code: UKJ13

      Internet address(es):

      Main address: http://redkitehousing.org.uk/

      I.2)Joint procurement
      The contract involves joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://redkitehousing.org.uk/construction-services-framework
      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
      Body governed by public law
      I.5)Main activity
      Housing and community amenities

      Section II: Object

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

       

      Consultant Construction Services Framework.

       

      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Red Kite is seeking to establish a Framework for the provision of Architectural, Principal Designer, Cost Management (Quantity Surveyor) and Employer's Agent services. Red Kite wishes to appoint a panel of multi-disciplinary and specialist consultants. The term of the Framework will be 48 months. Red Kite is proposing to appoint 6 service providers for each of the 4 individual Lots. The services are required for the completion and delivery of a diverse range of housing development projects.

       

      II.1.5)Estimated total value
      Value excluding VAT: 4 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 4
      II.2)Description
      II.2.1)Title:

       

      Architect Services

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKJ13
      Main site or place of performance:

       

      High Wycombe and surrounding areas.

       

      II.2.4)Description of the procurement:

       

      Under this lot, consultants will be required to provide Architect Services. It is envisaged that up to 6 consultants will be appointed to Lot 1.

       

      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
      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 Services

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71317210
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      High Wycombe and surrounding areas.

       

      II.2.4)Description of the procurement:

       

      Under this lot consultants will be required to provide Principal Designer Services. It is envisaged that up to 6 consultants will be appointed to Lot 2.

       

      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
      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:

       

      Employer's Agent Services

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      72224000
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKJ13
      Main site or place of performance:

       

      High Wycombe and surrounding areas.

       

      II.2.4)Description of the procurement:

       

      Under this lot, consultants will be required to provide Employer's Agent Services. It is envisaged that up to 6 consultants will be appointed to Lot 3.

       

      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
      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:

       

      Quantity Surveyor (cost consultancy) Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      72224000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      High Wycombe and surrounding areas.

       

      II.2.4)Description of the procurement:

       

      Under this lot, consultants will be required to provide QS or Cost Consultancy Services. It is envisaged that up to 6 consultants will be appointed to Lot 4.

       

      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
      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:

       

      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 stated 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
      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
      Envisaged maximum number of participants to the framework agreement: 24
      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: 08/12/2017
      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: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 08/12/2017
      Local time: 12:00

      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:

       

      Red Kite proposes to call off from the Framework Agreement primarily using mini-competitions but with the option to use direct awards where appropriate and subject to specific conditions. Please see the Framework Agreement where the call off procedure is set out.

      Red Kite reserves the right to:

      a. amend, add to or withdraw all, or any part of this procurement and the right to terminate this procurement process at any time; and

      b. not enter into any agreement for some, or all of the services for which the tenderers are invited to tender.

      Red Kite shall not be responsible for the costs of any tenderer in any circumstances.

      Red Kite is publishing this notice on behalf of itself and its subsidiaries from time to time who shall be able to call off from the Framework Agreement.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The Royal Courts of Justice
      The 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:

       

      Red Kite will incorporate a standstill period of 10 days from the point at which information on the award of the Framework Agreement is communicated to tenderers. The Public Contracts Regulations 2015 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the regulations to take action in the High Court.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      17/11/2017
    © 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 21.11.2017
Zuletzt aktualisiert 21.11.2017
Wettbewerbs-ID 2-284394 Status Kostenpflichtig
Seitenaufrufe 45