London: quantity surveying services
Quantity Surveying Framework Consultancy.
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Royal Mail Group Ltd
35-50 Rathbone Place
For the attention of: Chris Nicholass
W1T 1HQ London
UNITED KINGDOM
Telephone: +44 7738311692 / 7738311692
E-mail: chris.nicholass@royalmail.com
Internet address(es):
General address of the contracting entity: http://www.royalmailgroup.com
Address of the buyer profile: http://www.royalmailgroup.com/portal/rmg/jump1?catId=23200531&mediaId=23300561
Electronic submission of tenders and requests to participate: https://rmg.frictionless.com/fsguestvendor/vendordesktop/register?ui=ui2
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Royal Mail Group Ltd
See URL link below. You must register expressions of interest via the URL link below. Contact points below are to be used only in case of any queries.
For the attention of: Chris Nicholass
See URL link below
UNITED KINGDOM
Telephone: +44 7738311692 / 7738311692
E-mail: chris.nicholass@royalmail.com
Internet address: https://rmg.frictionless.com/fsguestvendor/vendordesktop/register?ui=ui2
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: UK – wide.
NUTS code UK
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: 5
Duration of the framework agreementDuration in years: 6
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 2 000 000,00 and 2 500 000,00 GBP
II.1.5)Short description of the contract or purchase(s):
The services to be provided through the framework may cover: new build, extensions, refurbishment, and/or fit-out. It is anticipated that new build projects will be based on a design and build form of contract with other projects based on a traditional approach (with or without contractor’s design portions).
II.1.6)Common procurement vocabulary (CPV)
71324000, 71322100, 71530000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT
Range: between 2 000 000,00 and 2 500 000,00 GBP
II.2.2)Information about options
Description of these options: The framework will be for an initial term of 4 years, with an option to extend for a period(s) of up to a further 2 years (such option being exercisable at RMG’s sole discretion) giving the framework a maximum term of 6 years.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
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:
Description of particular conditions: This contract will require staff working unsupervised on any Royal Mail Group sites to have undergone appropriate Security Vetting. Further details of this will be issued in the tender documents if shortlisted.
The selected contractor(s) will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. Further details of these conditions will be set out in the tender documents.
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
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: An electronic auction (e-auction) may be used to award all or part of the requirements. The use of e-auctions may also be an option as part of any mini competition process.
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
This is one of five Construction Professional Services OJEU notices published by RMG, the full list of disciplines is: Project Manager; Architect; Civil & Structural Engineer; Building Services Engineer and Quantity Surveyor.
Important Note: when you express your interest via the URL as per the instructions below it is extremely important that you click and select the check boxes against ALL the relevant disciplines that your company wishes to express an interest in. Failure to do so will result in your company not formally expressing an interest in the discipline. This is a necessary first step in order for you to be able to respond to the PQQ.
Expression of Interest:- please ensure that you submit an expression of interest promptly using the URL link contained in Annex A and Section I.1 “Electronic submission of tenders and requests to participate (URL)” so that your details can be populated in the Royal Mail Group Electronic Sourcing system (E-Sourcing). Note you must complete all company details as requested.
Following full completion of the Expression of Interest phase you will be sent information on how to access the PQQ. The PQQ will be managed using the RMG Electronic Sourcing System (Esourcing).
Note if your company has expressed an interest in more than one discipline you will need to complete and submit one full PQQ response for each and every discipline you have expressed an interest for.
The Pre Qualification is accessed via Esourcing. You will need to receive 2 emails in order to participate. Once you have completed your company details via the expression of interest URL you will be provided with your FIRST email (within 48 hours Monday – Friday) which is a log-on to Esourcing, these log-on details shall arrive via RMG@frictionless.com and headed Royal Mail Group RFX. (please do not email this site unless instructed to do so). On receipt of your log-on information you will then be sent a SECOND email (within 24 hours Monday to Friday)from RMG@frictionless.comor RMG, Inviting you to Participate in the PQQ [e.g. Quantity Surveyor]. It is at this point that you will be able to fully access the PQQ and start to complete it.The PQQ will close as noted in IV.3.4.
Please note: Your log-on will not be activated until you are formally invited to participate, so please do not try to log-on before you are invited to do so, since your access will be denied.
RMG may require suppliers to supplement or clarify the information submitted in the PQQ and may also undertake its own audit of the supplier to verify the information provided.
Tenders and all supporting documentation for the contract must be priced in sterling (unless otherwise specified in the contract documents) and written in English.
Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
Royal Mail Group is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. Royal Mail Group reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the contract by alternative means if it appears that the contract can be more advantageously procured by alternative means.
The most economically advantageous or any tender will not automatically be accepted.
All communications must be made through the contact point detailed on the OJEU notice.
All values, dates and times specified in this notice are only provisional, and RMG reserves the right to change these.
RMG reserves the right not to award any part or all of this framework.
Responding to this Notice, bidding and bid costs are entirely at the risk of applicants and will not be refunded by RMG under any circumstances.
VI.4.1)Body responsible for appeal procedures
See VI.4.2 below
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
See VI.4.2 above
VI.5)Date of dispatch of this notice: