University of Greenwich: Construction Related Professional Technical Services

  University of Greenwich has published this notice through Delta eSourcing

Notice Summary
Title: Construction Related Professional Technical Services
Notice type: Contract Notice
Authority: University of Greenwich
Nature of contract: Services
Procedure: Restricted
Short Description: A Framework Agreement for Construction related Professional Technical Services with up to three consultants for each project value band (projects up to a value of GBP5M and projects with a value of over GBP5M) of the following Lots. Lot 1: Architect. Lot 2: Project Manager. Lot 3: Structural Engineer. Lot 4: Mechanical & Electrical Engineer. Lot 5: Building Surveyor. Lot 6: Quantity Surveyor. Lot 7: Project Co-ordinator (including CDM Co-ordinator). Lot 8: Property Manager. Successful consultants are required to: a) Provide a professional skill, which is unavailable from existing resources; b) Investigate and give impartial advice relating to a problem; c) Appreciate the unique nature of the University’s collection ensuring that any work undertaken considers its security and appropriate environmental conditions; d) Understand the needs of Listed Building; e) Ensure that any actions and recommendations are beneficial to visitors (general public) and staff and that their safety / general experience is competently accommodated. Typically services provided shall include:a) Receive and prepare briefings; b) Undertake feasibility studies; c) Undertake surveys and testing; d) Prepare cost plans; e) Co-ordinate design; f) Prepare schemes and detailed designs; g) Prepare and submit planning and listed building consent applications; h) Prepare general specifications; i) Prepare Bills of Quantities and tender documents; j) Administer the contract works; k) Prepare O&Ms; l) Agree final accounts and claims; m) General advice on regulations and legislation; n) Advise on energy efficiency; o) Guidance on environmental issues; p) Administer the University’s building contractors account
Published: 15/01/2015 13:04

View Full Notice

UK-London: Construction consultancy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University of Greenwich
      Procurement & Business Services, Southwood Lodge, Avery Hill Campus, Avery Hill Road, Eltham, London, SE9 2UG, United Kingdom
      Tel. +44 2083318294, Email: tenders@gre.ac.uk, URL: http://www.gre.ac.uk/, URL: http://www.gre.ac.uk/offices/procurement
      Contact: https://intendhost.co.uk/universityofgreenwich/, Attn: Vincent M John, Director of Procurement & Business Services
      Electronic Access URL: https://intendhost.co.uk/universityofgreenwich/
      Electronic Submission URL: https://intendhost.co.uk/universityofgreenwich/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Construction Related Professional Technical Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKI22 - Outer London - South         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 45
         Duration of the framework agreement:
            Duration in year(s): 3                   
      II.1.5)Short description of the contract or purchase:
      Construction consultancy services. Architectural and related services. Advisory architectural services. Architectural, construction, engineering and inspection services. Architectural design services. Architectural services for buildings. Architectural services for outdoor areas. Architectural services for building extensions. Architectural, engineering and planning services. Architectural, engineering and surveying services. Architectural and building-surveying services. Urban planning and landscape architectural services. Landscape architectural services. Construction project management services. Structural engineering consultancy services. Engineering design services for mechanical and electrical installations for buildings. Building surveying services. Quantity surveying services for civil engineering works. Quantity surveying services. Project and design preparation, estimation of costs. Supervision of project and documentation. Property management services of real estate on a fee or contract basis. Commercial property management services. A Framework Agreement for Construction related Professional Technical Services with up to three consultants for each project value band (projects up to a value of GBP5M and projects with a value of over GBP5M) of the following Lots. Lot 1: Architect. Lot 2: Project Manager. Lot 3: Structural Engineer. Lot 4: Mechanical & Electrical Engineer. Lot 5: Building Surveyor. Lot 6: Quantity Surveyor. Lot 7: Project Co-ordinator (including CDM Co-ordinator). Lot 8: Property Manager. Successful consultants are required to: a) Provide a professional skill, which is unavailable from existing resources; b) Investigate and give impartial advice relating to a problem; c) Appreciate the unique nature of the University’s collection ensuring that any work undertaken considers its security and appropriate environmental conditions; d) Understand the needs of Listed Building; e) Ensure that any actions and recommendations are beneficial to visitors (general public) and staff and that their safety / general experience is competently accommodated. Typically services provided shall include:a) Receive and prepare briefings; b) Undertake feasibility studies; c) Undertake surveys and testing; d) Prepare cost plans; e) Co-ordinate design; f) Prepare schemes and detailed designs; g) Prepare and submit planning and listed building consent applications; h) Prepare general specifications; i) Prepare Bills of Quantities and tender documents; j) Administer the contract works; k) Prepare O&Ms; l) Agree final accounts and claims; m) General advice on regulations and legislation; n) Advise on energy efficiency; o) Guidance on environmental issues; p) Administer the University’s building contractors account
         
      II.1.6)Common Procurement Vocabulary:
         71530000 - Construction consultancy services.
         
         71200000 - Architectural and related services.
         
         71210000 - Advisory architectural services.
         
         71000000 - Architectural, construction, engineering and inspection services.
         
         71220000 - Architectural design services.
         
         71221000 - Architectural services for buildings.
         
         71222000 - Architectural services for outdoor areas.
         
         71223000 - Architectural services for building extensions.
         
         71240000 - Architectural, engineering and planning services.
         
         71250000 - Architectural, engineering and surveying services.
         
         71251000 - Architectural and building-surveying services.
         
         71400000 - Urban planning and landscape architectural services.
         
         71420000 - Landscape architectural services.
         
         71541000 - Construction project management services.
         
         71312000 - Structural engineering consultancy services.
         
         71321000 - Engineering design services for mechanical and electrical installations for buildings.
         
         71315300 - Building surveying services.
         
         71322100 - Quantity surveying services for civil engineering works.
         
         71324000 - Quantity surveying services.
         
         71242000 - Project and design preparation, estimation of costs.
         
         71248000 - Supervision of project and documentation.
         
         70330000 - Property management services of real estate on a fee or contract basis.
         
         70332200 - Commercial property management services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The University’s Facilities Management Directorate aims to secure the services of professional technical consultants under a Framework Agreement on an ad-hoc basis to provide the stated Services that will contribute to the well-being of the students and staff who use the estate.      
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract period will be for three years with the option to extend the arrangement by a further one (1) year period subject to satisfactory performance and sustained Value for Money.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 36 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Architect

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants in each Lot. General requirements will include confirmation and development of the brief, undertaking feasibility studies, carrying out surveys and inspections, liaising with local and other authorities as necessary, making submissions to Statutory Authorities and obtaining approvals, undertaking risk assessments, development of pre-construction scheme designs, making recommendations for specialist consultants for design and execution of specialist elements of the works, noting the requirements of non-standard forms of contract, assisting in the preparation of cost plans, ensuring design compliance with statutory requirements and regulations, advise the University on the implications of changes to the brief, providing assistance with life cycle costing and environmental assessments to ensure value for money, ensuring the exclusion of deleterious materials, assisting in completion of designs, advising on procurement options and assisting with preparation of pre-tender estimates, tender and contract documentation, assisting with evaluation of tenders and, where necessary, assisting with value management exercises and coordinating design elements provided by others. During the construction phase requirements include assisting with project administration, implementing Health & Safety and Quality Management policies, undertaking site visits and attending meetings, preparation of cost variation estimates, assisting with notification of contractual difficulties, assisting with cost management activities, issuing of interim payment certificates, providing prior notification of completion, giving advice on maintenance, establishing a handover plan and assisting with the establishment and management of a defects plan. Post-construction the requirement includes arranging for training of University maintenance staff, assisting with Soft Landing activities where appropriate, provision of an Operation and Maintenance Manual and As-Built Drawings, facilitating agreement of the final signed account and assisting the University in any dispute avoidance or resolution activity by providing documentation or acting as witness, etc.

      2)Common Procurement Vocabulary:
         71000000 - Architectural, construction, engineering and inspection services.
                  71200000 - Architectural and related services.
                  71210000 - Advisory architectural services.
                  71220000 - Architectural design services.
                  71221000 - Architectural services for buildings.
                  71222000 - Architectural services for outdoor areas.
                  71223000 - Architectural services for building extensions.
                  71240000 - Architectural, engineering and planning services.
                  71250000 - Architectural, engineering and surveying services.
                  71251000 - Architectural and building-surveying services.
                  71400000 - Urban planning and landscape architectural services.
                  71420000 - Landscape architectural services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            This Lot is sub-divided into two project value bands; up to GBP5M and over GBP5M      
      Lot No: 2
      Title: Project Manager

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants. General requirements will include undertaking stakeholder management activities, attending meetings as required, preparation and maintenance of a project execution plan and establish and maintain a change control strategy, issuing instructions to the design team and building contractor, establishing and implementing a project reporting and recording procedure, undertaking performance monitoring activities, undertaking cost planning activities, checking design team applications for payment, assisting with confirmation of the brief and undertaking risk assessments. Pre-construction requirement includes assisting in the development of a scheme design within the approved cost limit, making recommendations for specialist consultants for design and execution of specialist elements of the works, noting the requirements of non-standard forms of contract, preparation and management of a project programme, advising on specialist surveys, coordinating feasibility studies, undertaking value management exercises, advising on the identification and appointment of specialist services, advising on the selection and appointment of the project team, providing advice on Professional Indemnity Insurance, providing advice on Statutory Approvals, preparation of scheme design reports, confirm the extent of the scope of the works and the impact on the University community, assist in identifying specialist or proprietary building components and systems for incorporation into the building work, providing advice and assistance in the procurement, tendering, selection and assessment of building contractors including preparation of tender assessments and reports, obtaining and providing drawings, etc., for contractors. During the construction phase the requirement will include managing change approvals, undertaking site visits and obtaining progress and quality reports and, preparation and maintenance of a handover plan and preparation and maintenance of a defects administration plan. Post-construction the requirement includes arranging for training of University maintenance staff, assisting with Soft Landings activities where appropriate, provision of an Operation and Maintenance Manual and As-Built Drawings, facilitating agreement of the final signed account and assisting the University in any dispute avoidance or resolution activity by providing documentation or acting as witness, etc.

      2)Common Procurement Vocabulary:
         71242000 - Project and design preparation, estimation of costs.
                  71248000 - Supervision of project and documentation.
                  71541000 - Construction project management services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            This Lot is sub-divided into two project value bands; up to GBP5M and over GBP5M      
      Lot No: 3
      Title: Structural Engineer

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants. General requirements will include assessing and advising the effect of changing structural design throughout the design, supply and construction process, advising on drainage and temporary works and contributing to the structural engineer aspects of the Project Brief including budget and programme matters. Pre-construction requirement includes undertaking desktop studies and specialist surveys, liaising with local and statutory authorities in obtaining statutory approvals, providing design information to project partners, undertaking site inspections, reviewing design information, providing information for cost planning, providing input into alternative design solutions, collaboration with project team members, participation in value engineering and value management activities, preparation of finalised structural calculations, interpretation and translation of the structural scheme design for a project into working drawings and preparation of any further structural designs, specifications and drawings including bar bending schedules necessary to enable the building contractor to carry out a Project. During the construction phase the requirement will include advising on the need for structural inspections or tests, carrying out assessments of structural proposals, inspection of any structural design drawings and specifications prepared by others, undertaking of site visits to establish design compliance, attending and reporting on meetings and advising on applications for payment and for extensions of time applications made by the building contractor as to structural engineer matters. . Post-construction the requirement includes provision of relevant information for inclusion in an Operation and Maintenance Manual and provision of information for inclusion in Health & Safety files.

      2)Common Procurement Vocabulary:
         71312000 - Structural engineering consultancy services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            This Lot is sub-divided into two project value bands; up to GBP5M and over GBP5M      
      Lot No: 4
      Title: Mechanical & Electrical Engineer

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants. General requirements will include provision of services in relation to all Mechanical, Electrical and Public Health services relating to the project in liaison with the project team. Pre-construction requirement includes undertaking initial site inspections and appraisals, providing advice in relation to obtaining statutory approvals, liaising with the project team, assisting in review of alternative design solutions, preparation of a design specification for relevant aspects of the electrical, mechanical, plumbing and other services installations together with any associated work including incoming services, attending meetings with specialist sub-contractors and suppliers, liaising and providing information to building contractors, specialist sub-contractors and suppliers, finalising the specification and advising on M&E drawings and information received in tenders. During the construction phase the requirement will include liaising with, co-ordination of and performance monitoring of M&E works on site, undertaking inspection and monitoring of drawings and proposals, providing advice and technical information, undertaking site visits to witness commissioning tests and undertaking inspections of installations. Post-construction the requirement includes undertaking reviews of Operation and Maintenance Manuals prior to practical completion, providing drawings for inclusion in O&M Manuals, providing advice on maintenance of the project, arranging for training of University maintenance staff, assisting with Soft Landings activities where appropriate, assisting to compile a building user guide where appropriate, making final inspections, issuing defects lists, monitoring rectification of defects, issuing completion certificates, reporting on final cost of works, agreeing final account and issuing a final certificate, updating the University’s asset register and assisting the University in any dispute avoidance or resolution activity by providing documentation or acting as witness, etc.

      2)Common Procurement Vocabulary:
         71321000 - Engineering design services for mechanical and electrical installations for buildings.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            This Lot is sub-divided into two project value bands; up to GBP5M and over GBP5M.      
      Lot No: 5
      Title: Building Surveyor

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants. General requirements will include recording and reporting project procedures, attending meetings, issuing instructions to the contractor and project team, preparation of regular design, quality, cost and programme reports, providing advice on obligations under the CDM regulations and assisting in the development and scope of the project brief. Pre-construction requirement includes carrying out site inspections, surveys and reporting, providing advice, undertaking or arranging further investigations, undertaking desktop study and reporting on archive materials, undertaking risk assessment and value management activities, advising on specialist surveys, facilitating, enabling and specialist services required for the project, advising on project team appointments, advising on Professional Indemnity Insurance matters, liaising with regard to statutory approvals, advising on project costs, establishing a programme for the design, construction and handover of the project, preparation and revision as necessary of outline proposals, preparation of detailed design proposals and providing advice, assisting to establish a structure and procedure for design and quality management, establishing the roles and responsibilities of the project team, confirming the scope of the work, assisting and advising on supply chain management matters, making recommendations for specialist consultants for design and execution of specialist elements of the works, preparation and submission of planning, building regulations or other statutory applications as may be required and undertaking negotiations as necessary, assisting in the development of a scheme design within the approved cost limit, preparation and maintenance of a project execution plan, advising on procurement options and assisting with preparation of pre-tender estimates, tender and contract documentation, assisting with evaluation of tenders, preparation and maintenance of a project design strategy and preparation of a pre-construction report. During the construction phase requirements include preparation of production information, agreeing approvals for change controls, convening and chairing meetings, agreeing all test certificates and non-statutory approvals, undertaking progress inspections, advising on the likely cost and programme implications of proposed variations, negotiation and agreement of cost of variations, advising on the rights and obligations of the parties to the building contract, providing advice to prepare a handover plan, preparation and maintenance of a defects administration plan, making final inspections, issuing defects lists, monitoring rectification of defects, advising and making recommendations as to the building contractor's entitlement to applications for extension(s) of time and advising and making recommendations on the building contractor's entitlement to loss and expense. Post-construction the requirement includes arranging for training of University maintenance staff, assisting with Soft Landings activities where appropriate, provision of an Operation and Maintenance Manual and As-Built Drawings, facilitating agreement of the final signed account and assisting the University in any dispute avoidance or resolution activity by providing documentation or acting as witness, etc.

      2)Common Procurement Vocabulary:
         71315300 - Building surveying services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            This Lot is sub-divided into two project value bands; up to GBP5M and over GBP5M.      
      Lot No: 6
      Title: Quantity Surveyor

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants. General requirements will include advising on market conditions, preparing cost reports and providing advice and providing advice on obligations under the CDM regulations. Pre-construction requirement includes assisting the project team to understand the requirements of the brief, advising on the appointment of the project team, advising on facilitation and enabling works required for the project, facilitating and managing value engineering and value management activities, preparation and maintenance of a risk register and early warning meetings process, producing all cost plans and order of cost estimates, advising on the cost of proposals, measurement and recording of the gross internal floor areas, developing a project a life-cycle costing model, advising on the scope of work and any additional works required, advising on tendering and contractual matters, advising on construction and related insurance matters, providing advice and assistance in the preparation of any bonds, guarantees, collateral warranties, third party rights, sub-contract undertakings, etc. required, advising on the use and/or amendment of standard forms of Contract, obtaining information, drawings and specifications from project team members, providing advice and assistance in the procurement, tendering, selection and assessment of building contractors including preparation of tender assessments and reports, obtaining any design and/or sub-contractor warranties required in respect of the works and obtaining contract drawings, specifications and other necessary documents from the project team. During the construction phase requirements include making progress visits for interim payment purposes and making recommendations, preparation and maintenance of a running valuation, for the purposes of cost management, advising on the cost, time implications and risks of proposed variations prior to the issue of instructions under the works contract, negotiation and agreement of cost of variations, providing monthly fully detailed financial statements relating to the works contract, advising and making recommendations as to the building contractor's entitlement to applications for extension(s) of time, advising and making recommendations on the building contractor's entitlement to loss and expense and advising on the likely costs and contractual implications arising from any proposed instruction to accelerate the works. Post construction the requirement includes facilitating agreement of the final signed account, providing an estimate of replacement costs for insurance purposes when requested and assisting the University in any dispute avoidance or resolution activity by providing documentation or acting as witness, etc.

      2)Common Procurement Vocabulary:
         71322100 - Quantity surveying services for civil engineering works.
                  71324000 - Quantity surveying services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            This Lot is sub-divided into two project value bands; up to GBP5M and over GBP5M.      
      Lot No: 7
      Title: Project Co-ordinator (including CDM Co-ordinator)

      1)Short Description:      
      For each project value band (project values up to GBP5M and project values over GBP5M) the University seeks to appoint up to three consultants. General requirements will include attending Design, Project, Site and other meetings, complying with all the duties of a CDM Co-ordinator as described in the Health and Safety Executives' approved code of Practice for Managing Health and Safety in Construction CDM Regulations 2007 and any updates or amendments thereto, advising of any proposed changes to applicable health and safety legislation and/or regulations that may affect the project, obtaining and reviewing all available asbestos information relevant to the project and advising upon any further investigations or surveys required, undertaking an assessment of competence of all designers and contractors proposed for a Project, undertaking site visits for a variety of purposes, obtaining and maintaining a full understanding of the project requirements, providing advice on legal obligations under the CDM regulations, notifying the Health and Safety Executive about each Project as required by the Regulation's Approved Code of Practice and advising on or preparation the relevant notices, advising on facilitation and enabling works required for the project, advising on obligations under the CDM regulations to be included in contracts, reviewing performance under CDM regulations, obtaining copies of the project documentation, preparation of a Health & Safety file for the project, undertaking site inspections, ensuring that adequate arrangements are in place for successfully and safely managing Projects, advising on the suitability of the Project Team’s design proposals and the construction stage health and safety plans including proposals for and the arrangement of suitable welfare facilities to be located on the site, advising on site safety matters and issues arising, advising on any non-conformance or shortfalls in the CDM Regulations, managing the flow of health and safety information and attending all project meetings. Pre-construction requirement includes establishing the programme and obtaining pre-construction information for the project and advising where necessary, agreeing an allowance for contractors’ mobilisation, providing advice and tools to assess contractors’ competence in connection with CDM regulations, advising of obligations under the CDM regulations, providing and circulating Health & Safety information, advising on commencement of works and advising on regulations and obligations prior to construction commencing. During the construction phase requirements include reviewing all risk assessments and method statements, monitoring the contractors’ performance, advising on the development of the design, maintaining the Health & Safety file, reviewing contractors’ Health & Safety policies and procedures and providing advice where necessary.

      2)Common Procurement Vocabulary:
         71248000 - Supervision of project and documentation.
                  71541000 - Construction project management services.
                  72224000 - Project management consultancy services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 8
      Title: Property Manager

      1)Short Description:      
      The University seeks to appoint up to three consultants for this Lot. General requirements will include dealing with all aspects of property management across a varied portfolio of buildings where the University acts as both Landlord and Tennant. Landlord/Tenancy services include providing strategic landlord and tenant advice, acquisition and lettings, pre-lease building assessment, providing strategic advice on exit strategies, undertaking due diligence on the acquisition and disposal of leasehold interests, undertaking rental valuations, undertaking lease restructuring (re-gears, surrenders and re-grants, covenant reappraisal and renegotiation), negotiating rent reviews/renewals including arbitration and submission, dilapidations including FRS12 assessments (dilapidations liability), licenses for alterations, reviewing tenant's proposals for landlord, monitoring tenant's works for landlord, submitting tenant's proposals for tenant, agreeing licence for alterations for landlord and agreeing licence for alterations for tenant. Purchase/development services will include commercial agency services, valuations, development appraisals and overage. Property asset management services will include work in the areas of schedules of condition, planned maintenance schedules, rent collection, service charge collection and payment, landlord services, e.g. preparation and negotiation of interim and terminal dilapidations claims tenant services, e.g. liability assessments, scheduling and monitoring of compliance works and advising on short and long term returns from the portfolio. Legislative compliance services will include work in the areas of building regulations, planning applications, fire safety certificate applications and disabled access certificate applications. Rating services will include work in the areas of rateable value assessments and rating appeals.

      2)Common Procurement Vocabulary:
         70330000 - Property management services of real estate on a fee or contract basis.
                  70332200 - Commercial property management services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A parent-company guarantee may be required where the service provider is a subsidiary of another organisation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As per tender documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As per provisions in the Conditions of Contract      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 40 and maximum number: 80         
         Objective Criteria for choosing the limited number of candidates:
         Organisation information and PreQualification Questionnaire - mandatory requirementCompany details - 10%. Experience - 30%. Contract Value and Professional Capability - 30%. Financial Stability & Risk and Professional Indemnity Insurance Claims - 20%. Sustainability and Evironmental Performance - 10%   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Quality - 50
            Price - 50

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 71000000/FM/2015      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 27/02/2015
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/03/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: January 2019
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=125834262
GO-2015115-PRO-6291958 TKR-2015115-PRO-6291957
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      University of Greenwich
      Old Royal College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
      Tel. +44 2083318870, Email: universitysecretary@gre.ac.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            University of Greenwich
      Procurement & Business Services, Southwood Lodge, Avery Hill Road, London, SE9 2UG, United Kingdom
      Tel. +44 20833318899

   VI.5) Date Of Dispatch Of This Notice: 15/01/2015

ANNEX A

View any Notice Addenda

View Award Notice