Professional Services for Construction Framework Great Yarmouth
There are six Lots: 1) Project Lead – encompassing the services of Employer’s Agent/Contract Administrator. 2) Architect, incorporating the roles of Design Lead and Principal Designer.
United Kingdom-Great Yarmouth: Architectural, construction, engineering and inspection services
2018/S 005-007207
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, Hall Plain
Great Yarmouth
NR30 2QF
United Kingdom
E-mail: glen.holmes@great-yarmouth.gov.uk
NUTS code: UKH1
Address of the buyer profile: http://www.great-yarmouth.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Professional Services for Construction Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Great Yarmouth Borough Council is looking to procure professional services under a Framework. This will be known as ‘Professional Services (Consultants) for Construction Framework’.
There are six Lot:
1) Project Lead – encompassing the services of Employer’s Agent/Contract Administrator.
2) Architect, incorporating the roles of Design Lead and Principal Designer
3) Quantity Surveyor.
4) Civil & Structural Engineer.
5) Electrical Engineering Services Consultant.
6) Mechanical Engineering Services Consultant.
A Tenderer may apply for one, or any number of Lots falling directly within its areas of professional expertise.
II.1.6)Information about lots
II.2.1)Title:
Project Lead
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— the procurement is being undertaken through the ProContract Portal and all messages and tender submissions must be made through this system.
— the Authority wishes to directly engage individual Consultants for each discipline and therefore the engagement of consortia is not envisaged.
— the procurement process is open to sole practitioners as well as to small, medium and larger professional firms. Only established firms and practices, with proven track records will be considered.
— the proposed duration of the Framework is two years (with a possible two-year extension). There is no guaranteed minimum or a maximum number of orders or assignments for any Lot during the Framework period.
— the appointment of the chosen consultants to the Construction Framework is non-project-specific and could cover multiple buildings in The Authority’s Corporate Portfolio throughout the term of the Construction Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Following the initial period of 24 months, the Council reserves the right to extend the framework for a further 2 periods of 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Only shortlisted tenderers following the Authority’s Stage 1 evaluation will be invited to Stage 2 – Invitation to Tender (refer to Documents C1 – C6).
A maximum of 6 tenderers having the highest evaluated PQQ returns for each Lot shall be invited to participate in Stage 2.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architect
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— the procurement is being undertaken through the ProContract Portal and all messages and tender submissions must be made through this system.
— the Authority wishes to directly engage individual Consultants for each discipline and therefore the engagement of consortia is not envisaged.
— the procurement process is open to sole practitioners as well as to small, medium and larger professional firms. Only established firms and practices, with proven track records will be considered.
— the proposed duration of the Framework is two years (with a possible two-year extension). There is no guaranteed minimum or a maximum number of orders or assignments for any Lot during the Framework period.
— the appointment of the chosen consultants to the Construction Framework is non-project-specific and could cover multiple buildings in The Authority’s Corporate Portfolio throughout the term of the Construction Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Following the initial period of 24 months, the Council reserves the right to extend the framework for a further 2 periods of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Quantity Surveyor
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— the procurement is being undertaken through the ProContract Portal and all messages and tender submissions must be made through this system.
— the Authority wishes to directly engage individual Consultants for each discipline and therefore the engagement of consortia is not envisaged.
— the procurement process is open to sole practitioners as well as to small, medium and larger professional firms. Only established firms and practices, with proven track records will be considered.
— the proposed duration of the Framework is two years (with a possible two-year extension). There is no guaranteed minimum or a maximum number of orders or assignments for any Lot during the Framework period.
— the appointment of the chosen consultants to the Construction Framework is non-project-specific and could cover multiple buildings in The Authority’s Corporate Portfolio throughout the term of the Construction Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Following the initial period of 24 months, the Council reserves the right to extend the framework for a further 2 periods of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Civil and Structural Engineer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— the procurement is being undertaken through the ProContract Portal and all messages and tender submissions must be made through this system.
— the Authority wishes to directly engage individual Consultants for each discipline and therefore the engagement of consortia is not envisaged.
— the procurement process is open to sole practitioners as well as to small, medium and larger professional firms. Only established firms and practices, with proven track records will be considered.
— the proposed duration of the Framework is two years (with a possible two-year extension). There is no guaranteed minimum or a maximum number of orders or assignments for any Lot during the Framework period.
— the appointment of the chosen consultants to the Construction Framework is non-project-specific and could cover multiple buildings in The Authority’s Corporate Portfolio throughout the term of the Construction Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Following the initial period of 24 months, the Council reserves the right to extend the framework for a further 2 periods of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electrical Engineering Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— the procurement is being undertaken through the ProContract Portal and all messages and tender submissions must be made through this system.
— the Authority wishes to directly engage individual Consultants for each discipline and therefore the engagement of consortia is not envisaged.
— the procurement process is open to sole practitioners as well as to small, medium and larger professional firms. Only established firms and practices, with proven track records will be considered.
— the proposed duration of the Framework is two years (with a possible two-year extension). There is no guaranteed minimum or a maximum number of orders or assignments for any Lot during the Framework period.
— the appointment of the chosen consultants to the Construction Framework is non-project-specific and could cover multiple buildings in The Authority’s Corporate Portfolio throughout the term of the Construction Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Following the initial period of 24 months, the Council reserves the right to extend the framework for a further 2 periods of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical Engineering Consultancy Serices
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— the procurement is being undertaken through the ProContract Portal and all messages and tender submissions must be made through this system.
— the Authority wishes to directly engage individual Consultants for each discipline and therefore the engagement of consortia is not envisaged.
— the procurement process is open to sole practitioners as well as to small, medium and larger professional firms. Only established firms and practices, with proven track records will be considered.
— the proposed duration of the Framework is two years (with a possible two-year extension). There is no guaranteed minimum or a maximum number of orders or assignments for any Lot during the Framework period.
— the appointment of the chosen consultants to the Construction Framework is non-project-specific and could cover multiple buildings in The Authority’s Corporate Portfolio throughout the term of the Construction Framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Following the initial period of 24 months, the Council reserves the right to extend the framework for a further 2 periods of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
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.2.2)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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Great Yarmouth
United Kingdom
VI.5)Date of dispatch of this notice:
Read More
Clerk of Works Framework Re-Tender – Riverside Group
Project Management Services – Victoria and Albert Museum
Professional Services Consultancy Framework Dumfries
Grade II Listed Building Chapel Refurbishment Knutsford
Wycombe District Council Minor Works Select List