Multi-Disciplinary Professional Services Framework London
Framework agreement with three multi-disciplinary professional services companies to provide services over a 4 year period.
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
N/A
169 Union Street
London
SE1 0LL
United Kingdom
Contact person: Michael McCarthy
Telephone: +44 2085551200
E-mail: michael.mccarthy@london-fire.gov.uk
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.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Multi-Disciplinary Professional Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Selection criteria as stated in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
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.4.1)Review body
Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
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.5)Date of dispatch of this notice:
Related Posts
Interior Design Services Framework
University of Edinburgh Quantity Surveying Framework
City of York Architectural and Design Services Framework
Renfrewshire Council Trades Contractors Framework Agreement
Minor Building Construction Framework Agreement Wales