Project management consultancy services Milton Keynes
Framework agreement for construction project management and cost control consultancy services.
UK-Milton Keynes: project management consultancy services
2012/S 65-106366
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Council of the Borough of Milton Keynes
Civic Offices, 1 Saxon Gate East
For the attention of: Corporate Procurement Team
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail: contracts@milton-keynes.gov.uk
Internet address(es):
General address of the contracting authority: http://www.milton-keynes.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/miltonkeynescouncil/
Further information can be obtained from: The Council of the Borough of Milton Keynes
Civic Offices, 1 Saxon Gate East
For the attention of: Corporate Procurement Team
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail: contracts@milton-keynes.gov.uk
Internet address: https://in-tendhost.co.uk/miltonkeynescouncil/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Council of the Borough of Milton Keynes
Civic Offices, 1 Saxon Gate East
For the attention of: Corporate Procurement Team
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail: contracts@milton-keynes.gov.uk
Internet address: https://in-tendhost.co.uk/miltonkeynescouncil/
Tenders or requests to participate must be sent to: The Council of the Borough of Milton Keynes
Civic Offices, 1 Saxon Gate East
For the attention of: Corporate Procurement Team
MK9 3HG Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail: contracts@milton-keynes.gov.uk
Internet address: https://in-tendhost.co.uk/miltonkeynescouncil/
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Milton Keynes.
NUTS code UKJ12
maximum number of participants to the framework agreement envisaged: 12
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 3 000 000 and 4 000 000 GBP
Suppliers can bid for lot 1, or lot 2 or lot 3:
Lot 1 – Project management for projects over 350 000 GBP.
Lot 2 – Cost control for projects over 350 000 GBP.
Lot 3 – Project management and cost control for projects over 350 000 GBP.
Construction consultancy services will be ordered using the following process(s):
Call-off from the submitted tender pricing schedule. Bidders to note that pricing submitted will be capped. The supplier that achieves the highest Most Economically Advantageous Tender Evaluation (MEAT) score will be contacted first. Should that supplier not have capacity to deliver the service(s), the supplier that has achieved the second highest MEAT evaluation score will be contacted and so on.
Mini-competition procedure; all suppliers appointed onto the lot will be invited to participate. Pricing submitted against this procedure will not exceed the submitted tender pricing schedule.
72224000, 71541000, 72224000, 71530000
Tenders may be submitted for one lot only
Description of these options: The contract duration is 3 years with an option to extend for a period of up to one year.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
Information about lots
Lot No: 2 Lot title: Construction cost control consultancy services
71242000, 71244000
72224000, 71541000, 71242000, 71248000
71242000, 71244000, 72224000, 71541000, 71242000, 71248000
Section III: Legal, economic, financial and technical information
Further information can be found in the pre-qualification questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The number of operators per lot will be shortlisted by an assessment of the responses provided to the Milton Keynes Pre-Qualification Questionnaire, with particular reference given to the strength of the operator’s financial position; technical capabilities and resources and experience of providing similar services and other relevant experience.
Section VI: Complementary information
To obtain the pre-qualification documents please go to https://in-tendhost.co.uk/miltonkeynescouncil/ andexpress an interest against the tender, reference CU2233.
The winning contractor must have passed the councils pre-qualification questionnaire before they can be invited to tender.
Further details of how to complete the pre-qualification questionnaire for the lot(s) you are interested in will be presented in an information document as you express an interest via In-tend.
The appointed contractor(s) will be required to participate actively in the economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the Most Economically Advantageous Tender (MEAT).
(MT Ref:85954).