Building Consultancy London
Consultancy services for Croydon Council multi-dwelling and individual houses.
UK-Croydon: architectural, construction, engineering and inspection services
2012/S 47-077614
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Croydon
Commissioning & Procurement Team, 10th Floor, North West Side, Taberner House, Park Lane
For the attention of: Mr Karl Atanasoff
CR9 3JS Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: karl.atanasoff@croydon.gov.uk
Internet address(es):
General address of the contracting authority: www.croydon.gov.uk
Address of the buyer profile: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Further information can be obtained from: London Borough of Croydon
Internet address: www.londontenders.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Croydon
Internet address: www.londontenders.org
Tenders or requests to participate must be sent to: London Borough of Croydon
Internet address: www.londontenders.org
Section II: Object of the contract
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Croydon, UK.
NUTS code UKI
The consultancy services will develop the proposed sites from their current status (generally feasibility study stage) through the Royal Institute of British Architects (RIBA) outline plan of work leading to securing planning permission and the development of documentation for design and build project single stage tenders using a construction framework mini-competition process. Consultancy services to include but are not limited to the following: architectural, construction, engineering and inspection services, architectural and related services, architectural services for buildings, architectural, engineering and planning services, calculation of costs, monitoring of costs, Supervision of building work, engineering services, structural engineering consultancy services, energy-efficiency consultancy services, health and safety services, building-inspection services, quantity surveying services and construction project management services.
71000000, 71200000, 71221000, 71240000, 71244000, 71247000, 71300000, 71312000, 71314300, 71317200, 71315400, 71324000, 71541000
Services Value Range between £½ m to £1 ½ m.
Estimated value excluding VAT:
Range: between 500 000 and 1 500 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The service providers will be expected to participate in a pro active way in the achievement of both social and environmental policy objectives including Code of Practice for sustainable homes level 4 and/or level 5. Contract performance conditions may include related clauses.
The criteria will be consistent with those allowed in Directive 2004/18/EC and will be detailed in the PQQ documents.
Section IV: Procedure
Section VI: Complementary information
Please do not contact the person/team named in this or any associated advert unless you are having problems registering on the London Tenders Portal.
If you wish to register an interest in this contract, please follow the steps below:
— Register your company free of charge via the link below: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm,
— Await acceptance. You will receive one e-mail confirming your username and one e-mail confirming password for the London Tenders Portal,
— Use your username and password to log into the London Tenders Portal and register your interest in the relevant contract,
— Please change your password on first log in for security purposes,
— Shortly after you have registered your interest, you will receive another e-mail containing a link to access the pre-qualification questionnaire documentation,
— All questions and clarifications must be asked via the portal.
This process aims to improve audit trails as well as avoid duplication.
Expressions of interest must be way of completion and return of the pre-qualification questionnaire, which is available from the address specified in Section 1.1 by the date specified in Section IV 3.4.
There is no intention to create exclusive type arrangements with any potential provider appointed.
The dispatch of the invitations to tender (ITT) stated within Section IV.3.5 is indicative and may be subject to change.
Section II.3) Duration of the contract or time-limit for completion – in months: 24 months is an assessment of initial duration to complete the new council housing programme – phase 3. There is potential to extend the scope and duration of the consultancy service to include phase 4 of the new council housing programme.
London Borough of Croydon
Taberner House Park Lane
CR9 3JS Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2087266000
Internet address: www.croydon.gov.uk
Body responsible for mediation procedures
London Borough of Croydon
Taberner House Park Lane
CR9 3JS Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2087266000
Internet address: www.croydon.gov.uk
London Borough of Croydon
Taberner House Park Lane
CR9 3JS Croydon
UNITED KINGDOM
E-mail: procurement@croydon.gov.uk
Telephone: +44 2087266000
Internet address: www.croydon.gov.uk
VI.5)Date of dispatch of this notice:6.3.2012