London Procurement Partnership (PMO) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Construction Consultancy Services |
Notice type: | Contract Award Notice |
Authority: | London Procurement Partnership (PMO) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Construction consultancy services. Architectural and related services. Building surveying services. Designconsultancy services. Construction project management services. Civil engineering consultancy services.Calculation of costs, monitoring of costs. Quantity surveying services. Geotechnical engineering services.Mechanical and electrical engineering services. The NHS London Procurement Partnership (NHS LPP) wishesto establish two complementary Buildings and Facilities Management (FM) professional services frameworks.These frameworks seek to provide NHS trusts (primarily in London) with access to a range of suitable suppliersof professional services across buildings services and advisory services.The first framework focuses on Building Services while the second framework focuses on Advisory Services.These two frameworks are complementary to each other and will, where possible, follow the same tendertimescales and procedures. However each framework is stand alone, with a separate OJEU Contract Noticeand separate PQQ and ITT responses required. Therefore where a supplier wishes to participate in bothframeworks, two separate responses will be required from the supplier, one for Building Services and one forAdvisory Services.This OJEU notice relates to the first framework - Building Services, which consists of 9 lots:1. Multi Discipline;2. Architectural Services;3. Building Surveying Services & Condition Reporting;4. CDMC (Construction, Design & Management Consultants);5. Civil & Structural Engineering Services;6. Cost Advisor;7. Ground Works;8. Mechanical & Electrical Engineering Services;9. Project Management.LPP is setting up this Framework Agreement on behalf of its members and King's College London. A link toLPP's list of its current membership is set out below. This list is regularly updated to reflect any change inmembership from time to time.It is expected that multiple contracts will be awarded under the framework. The value of any one of thesecontracts may range from GBP 1 to GBP 5,000,000 per project.The framework will be established for 2 years with the option to extend for a further 2 x 12 month periods. |
Published: | 24/10/2014 14:19 |
View Full Notice
Section I: Contracting Authority
Title: UK-London: Construction consultancy services.
I.1)Name, Addresses and Contact Point(s):
King's Health Partners
C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071887188
I.2)Type of the contracting authority:
Not Provided
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Construction Consultancy Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Construction consultancy services. Construction consultancy services. Architectural and related services. Building surveying services. Designconsultancy services. Construction project management services. Civil engineering consultancy services.Calculation of costs, monitoring of costs. Quantity surveying services. Geotechnical engineering services.Mechanical and electrical engineering services. The NHS London Procurement Partnership (NHS LPP) wishesto establish two complementary Buildings and Facilities Management (FM) professional services frameworks.These frameworks seek to provide NHS trusts (primarily in London) with access to a range of suitable suppliersof professional services across buildings services and advisory services.The first framework focuses on Building Services while the second framework focuses on Advisory Services.These two frameworks are complementary to each other and will, where possible, follow the same tendertimescales and procedures. However each framework is stand alone, with a separate OJEU Contract Noticeand separate PQQ and ITT responses required. Therefore where a supplier wishes to participate in bothframeworks, two separate responses will be required from the supplier, one for Building Services and one forAdvisory Services.This OJEU notice relates to the first framework - Building Services, which consists of 9 lots:1. Multi Discipline;2. Architectural Services;3. Building Surveying Services & Condition Reporting;4. CDMC (Construction, Design & Management Consultants);5. Civil & Structural Engineering Services;6. Cost Advisor;7. Ground Works;8. Mechanical & Electrical Engineering Services;9. Project Management.LPP is setting up this Framework Agreement on behalf of its members and King's College London. A link toLPP's list of its current membership is set out below. This list is regularly updated to reflect any change inmembership from time to time.It is expected that multiple contracts will be awarded under the framework. The value of any one of thesecontracts may range from GBP 1 to GBP 5,000,000 per project.The framework will be established for 2 years with the option to extend for a further 2 x 12 month periods.
II.1.5)Common procurement vocabulary:
71530000 - Construction consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: Not Provided
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
Section V: Award Of Contract
1: Award And Contract Value
Contract No: L0038
Lot Number: 1
Title: Multi-Discipline Building Services
Lot Number: 2
Title: Architectural Services
Lot Number: 3
Title: Building Surveying Services & Condition Reporting
Lot Number: 4
Title: CDMC (Construction, Design & Management Consultants)
Lot Number: 5
Title: Civil & Structural Engineering Services
Lot Number: 6
Title: Cost Advisor
Lot Number: 7
Title: Mechanical & Electrical Engineering Services
Lot Number: 8
Title: Project Management
V.1)Date Of Contract Award: 01/10/2014
V.2) Information About Offers
Number Of Offers Received: 129
Number Of Offers Received By Electronic Means: 129
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Aecom Ltd; Aedas Architects Ltd; BDP; Capita Property Services; Frankham Consultancy Group; IBI Nightingale; Mott MacDonald Ltd; Devereux Architects Ltd; Floyd Slaski Partnership; LSI Architects; Scott Tallon Walker Architects; The Fulker Consultancy; Wilson Mason; Castons; Pellings LLP; Property Techtonics; Rider Levett Bucknall; Ridge & Partners LLP; Watts Group Plc; 3C Risk Ltd; Lend Lease Construction EMEA Ltd; Scott White & Hookins LLP; Sweett UK Ltd; TPS (Schal); Clancy Consulting Ltd; Clarke Nicholls Marcel; Curtins Consulting Ltd; Jenkins & Potter Consulting Engineers; Ross & Partners; Thomasons Ltd; Artelia UK; Henry Riley LLP; Mace Ltd; Turner & Townsend Cost Management Ltd; WT Partnership; Bianco Sale Ltd; Brinson Staniland Partnership; DSSR; Elementa Consulting Ltd; Silcock Dawson & Partners; The Richard Stephens Partnership Ltd; WYG; Essentia; Gleeds Management Services Ltd; MKA Projects Ltd; Ove Arup & Partners International Ltd.
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=117387492
GO-20141024-PRO-6114078 TKR-20141024-PRO-6114077
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 24/10/2014