London and Quadrant Mechanical and Electrical Framework
L&Q wish to establish the Mechanical and Electrical Framework Agreement to support the delivery of a substantial proportion of their development programme, excluding Section 106 schemes.
United Kingdom-London: Engineering design services for mechanical and electrical installations for buildings
2015/S 118-215255
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London and Quadrant Housing Trust (L&Q)
One Kings Hall Mews, Lewisham
For the attention of: Neil Woolerson
SE13 5JQ London
UNITED KINGDOM
Telephone: +44 8444069000
E-mail: nwoolerson@quadrant-construction.co.uk
Internet address(es):
General address of the contracting authority: http://www.lqgroup.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0209
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London & Quadrant Housing Trust (L&Q)
10 Grove Crescent Road,, Stratford
For the attention of: Neil Woolerson
SE13 5JQ London
UNITED KINGDOM
Telephone: +44 8444069000
E-mail: nwoolerson@quadrant-construction.co.uk
Internet address: http://www.lqgroup.org.uk
Tenders or requests to participate must be sent to: London & Quadrant Housing Trust (L&Q)
10 Grove Crescent Road, Stratford
For the attention of: Neil Woolerson
E15 1BJ London
UNITED KINGDOM
Telephone: +44 8444069000
E-mail: nwoolerson@quadrant-construction.co.uk
Internet address: http://www.lqgroup.org.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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: London and the South East.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 20
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 10 000 000 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Appointments under the Framework Agreement shall be for the aggregated or singular of the following services:
A) RIBA Work Stage 0-3
B) RIBA Work Stage 4-7
Successful engineers must be able to provide all of the above services.
The proposed Framework Agreement will be in place for a maximum period of 4 years commencing on or around October 2015, however Appointments called-off under the Framework Agreement may, where appropriate, continue beyond the 4 year term of the Framework Agreement.
Under the Framework Agreement the following entities will have the option to call-off Appointments with individual framework Structural and Civil Engineers as and when services are required:
(i) L&Q, Quadrant Construction Services (QCS) and all other members of the L&Q Group from time to time;
(ii) Any entity or joint venture company that L&Q, QCS or any other member of the L&Q Group from time to time holds an interest in; and
(iii) Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). ‘Social Housing Provider’ for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of these can be found by visiting www.homesandcommunities.co.uk. Such Social Housing Providers will only be entitled to call off under the Framework Agreement if L&Q consents.
Applicants should note that, under the Framework Agreement, neither L&Q nor any other member of the L&Q Group shall be under any obligation to call-off Appointments with individual Consultants. During this period that the Framework Agreement is in place L&Q and its group members will retain the right to procure services from outside the Framework Agreement and/or with Consultants who may not be party to the Framework Agreement.
Call-off procedures will include (i) direct selection and/or (ii) mini-competitions.
The entities referred to in section ii 1.5 will be entitled to call off under the Framework.
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.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=156289
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
II.1.6)Common procurement vocabulary (CPV)
71321000, 71334000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 10 000 000 and 15 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As set out in the Pre-Qualification Questionnaire (PQQ) which is available from MYTENDERS portal referred to above.
Minimum level(s) of standards possibly required:
Please refer to PQQ.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Please refer to PQQ.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the PQQ and ITT.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 3.7.2015 – 13:00
Place:
Quadrant Construction Services, 10 Grove Crescent Road, London E15 1BJ
Section VI: Complementary information
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): Some of the appointments that are called off under the Framework Agreement may be financed by European Union Funds.
VI.3)Additional information
Agreement. L&Q will not, under any circumstances, reimburse any expense incurred by bidders in preparing
their PQQ or tender submissions.
In accordance with the requirements of the Public Contracts Regulations 2015, the PQQ and the tender documents are being made available to Applicants via the MYTENDERS portal from the date of issue of this OJEU Notice. However, as L&Q is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed Pre-Qualification Questionnaire by the deadline stated in sectiin IV3.4 of this notice. only those Applicants that are shortlisted for the tender stage following the PQQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).
(MT Ref:156289)
(MT Ref:156289).
VI.4.1)Body responsible for appeal procedures
The High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: