Architect Services and Employers Agent Tender London
North River Alliance – Framework for consultancy services to support development.
United Kingdom-London: Housing services
2016/S 119-211549
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
102 Blackstock Road
London
N4 2DR
United Kingdom
Telephone: +44 2070619000
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
102 Blackstock Road
London
N4 2DR
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
Benedict House, 61 Island Centre Way
Enfield
EN3 6GS
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
409-413 Mile End Road
London
E3 4PB
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
78 Quaker St
London
E1 6SW
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
15B-15C Urban Hive, Theydon Road
London
E5 9BQ
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
285 Commercial Road, Stepney
London
E1 2PS
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
The Dellow Centre, 82 Wentworth Street
London
E1 7SA
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
102 Blackstock Road
London
N4 2DR
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
100 Morning Lane
London
E9 6LH
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
62 Mayfield Road
London
N8 9LP
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
190 Iverson Road
London
NW6 2HL
United Kingdom
E-mail: cora.marler@sweettgroup.com
NUTS code: UKI
I.1)Name and addresses
303B Upper Street, Islington
London
N1 2TU
United Kingdom
E-mail: lorraine@barnsbury.org
NUTS code: UKI
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
North River Alliance – Framework for consultancy services to support development.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NRA members wish to procure the services of a number of consultants to develop and refurbish new homes across 8 London boroughs: Islington, Hackney, Waltham Forest, Tower Hamlets, Enfield, Haringey, Barnet, Newham and adjoining boroughs. NRA members envisage a development programme of 50 000 000 GBP per annum.
NRA wish to establish a framework of consultants that can be used by any organisation under the NRA umbrella. The framework consultants to be selected are grouped into the following lots:
Lot 1 — Employers Agent including principal designer and construction cost management services 0-3 000 000 GBP;
Lot 2 — Employers Agent including principal designer and construction cost management services over 3 000 000 GBP;
Lot 3 — Architect 0-3 000 000 GBP;
Lot 4 — Architect over 3 000 000 GBP;
Lot 5 — Mechanical and Electrical Engineer;
Lot 6 — Planning.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Employers Agent (including Principal Designer and Construction Cost Management Services) 0 up to 3 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Procurement of employers agent services including principal designer and construction cost management services.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Employers Agent (including Principal Designer and Construction Cost Management Services) Over 3 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Employers Agent services including principal designer and construction cost management services.
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
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 0 up to 3 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Architectural Services.
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
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 Over 3 000 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Architectural Services.
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
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 and Electrical Engineering
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Mechanical and Electrical engineering services.
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Planning Consultants
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Planning consultancy services.
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
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
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to Pre Qualification Questionnaire Documentation Requirements.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Please refer to Pre Qualification Questionnaire 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.2.2)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.2)Information about electronic workflows
VI.3)Additional information:
In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. “Social Housing Provider“ for this purpose means any provider of social housing and includes Registered Providers (as listed on the Gov.UK website: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing), Local Authorities and ALMO’s. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does the Social Housing Provider in question have the automatic right to do so without direct permission from ISHA on behalf of NRA.
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=172032
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:172032).
VI.4.1)Review body
102 Blackstock Road
London
N4 2DR
United Kingdom
Telephone: +44 2077047300Internet address:https://www.isha.co.uk/
VI.5)Date of dispatch of this notice:
Related Posts
South East Consortium New Build and Refurbishment Framework
Provide Cost Consultancy Services to Museum of London
JCT Contract Design and Build Nottingham
Architectural Design Competition – Manor Farm Redevelopment