St Mungo's is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PRO.017-18 Development, Property & Housing Consultancy Framework |
Notice type: | Contract Notice |
Authority: | St Mungo's |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This tender covers the provision of building and property-related consultancy services; to be provided for St Mungo’s Strategic Asset Management and Property Services Teams and other Teams who may require such services. |
Published: | 04/12/2018 18:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
St Mungo Community Housing Association
3 Thomas More Square, London, E1W 1YW, United Kingdom
Email: procurement@mungos.org
Main Address: www.mungos.org
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Building-consultancy-services./DJ652B9F6Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/DJ652B9F6Z to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/DJ652B9F6Z
I.4) Type of the contracting authority
Other type:: Charity and housing association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PRO.017-18 Development, Property & Housing Consultancy Framework
Reference Number: PRO.017.18
II.1.2) Main CPV Code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This tender covers the provision of building and property-related consultancy services; to be provided for St Mungo’s Strategic Asset Management and Property Services Teams and other Teams who may require such services.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 7
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Contractors may be awarded to Lots 1 and 3 - 8 or Lots 1 and 2 (including sub-Lots)
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Property/Development/Housing Strategy
Lot No: 1
II.2.2) Additional CPV codes:
71621000 - Technical analysis or consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Management consultancy advice relating to Property, Development and Housing.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/DJ652B9F6Z
II.2) Description Lot No. 2
II.2.1) Title: One Stop Shop
Lot No: 2
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Provision of all services in Lots 2 to 8 ie Design/Architecture, Property Agents, Planning Consultancy, Project & Contract Management, Surveying and Engineering.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from the date of Framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 3
II.2.1) Title: Design / Architecture for New Builds and Refurbishment
Lot No: 3A
II.2.2) Additional CPV codes:
71220000 - Architectural design services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: •Feasibility studies
•Design – inception to implementation
•Renderings and promotional materials
•(Potentially) part-time or full-time site representation
•Stakeholder engagement
For New Build Properties and Property Refurbishments
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement date.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 4
II.2.1) Title: Design / Architectural Services for Residential Property & Offices
Lot No: 3B
II.2.2) Additional CPV codes:
71220000 - Architectural design services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: •Feasibility studies
•Design – inception to implementation
•Renderings and promotional materials
•(Potentially) part-time or full-time site representation
•Stakeholder engagement
For Residential Property & Offices.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 5
II.2.1) Title: Design / Architecture - Landscape Architects
Lot No: 3C
II.2.2) Additional CPV codes:
71220000 - Architectural design services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: •Feasibility studies
•Design – inception to implementation
•Renderings and promotional materials
•(Potentially) part-time or full-time site representation
•Stakeholder engagement
For Landscape Architecture
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement date.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 6
II.2.1) Title: Property Agents
Lot No: 4
II.2.2) Additional CPV codes:
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Providing advice on and undertaking:
•Feasibility Studies
•Negotiation on acquisition and disposal of property (from JCT building /licences and JVs)
•Asset valuation
•Advice on legal and tax issues, including drafting Heads of Terms.
•Detailed cost analysis.
•Planning and options appraisals of property use.
•Managing transactions through to completion.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from framework commencement
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 7
II.2.1) Title: Planning Consultancy
Lot No: 5
II.2.2) Additional CPV codes:
71240000 - Architectural, engineering and planning services.
71356400 - Technical planning services.
71410000 - Urban planning services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Planning consultancy, advice and representation; comprising but not limited to:
•Feasibility Studies
•Market research
•Discussion with planning authorities
•Development and submission of planning applications (change of use, retrospective, full and detailed)
•Management of appeals
•Creation of development and design briefs
•Research into environmental impact of development
•Potential continual advice throughout project
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 8
II.2.1) Title: Project and Contract Management (including Employers Agent, Clerk of Works etc)
Lot No: 6
II.2.2) Additional CPV codes:
71242000 - Project and design preparation, estimation of costs.
71248000 - Supervision of project and documentation.
71541000 - Construction project management services.
72224000 - Project management consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Employer's Agent Services - Ensuring a full lifecycle approach is taken to the Project; from inception through to completion.Acting as Project Manager, Cost Consultant and Contract Administrator for major refurbishment and construction contracts.
Cost Consultant Services - Providing independent and value-driven advice on full breadth of construction and property costs to ensure Return on Investment.
Contract Administration Services - Ensuring a full lifecycle approach is taken to the Project; from inception through to completion.
Managing contracts administratively and commercially on behalf of St Mungo’s. Management of CDM & O&M files on behalf of client.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from framework commencement date
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 9
II.2.1) Title: Surveying (Asset, Condition,PPM, Building)
Lot No: 7A
II.2.2) Additional CPV codes:
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71315300 - Building surveying services.
71355000 - Surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Surveying services - covering condition surveys, PPM surveys and building surveys.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 10
II.2.1) Title: Rights to Light
Lot No: 7B
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Identifying Rights to/of Light, providing advice on legal rights and remedies, advising on strategy.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 11
II.2.1) Title: Party Wall Advice
Lot No: 7C
II.2.2) Additional CPV codes:
71250000 - Architectural, engineering and surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Providing advice and guidance on application of the Party Wall Act, 1996 in terms of duties and rights.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 12
II.2.1) Title: Post-Inspection Surveys
Lot No: 7D
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Surveying and reporting on Works undertaken by St Mungo's contractors; both in person and as desktop exercises.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from Framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 13
II.2.1) Title: Engineering Services
Lot No: 8A
II.2.2) Additional CPV codes:
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Structural engineering surveys and designing, planning and overseeing small to medium construction projects.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from framework commencement.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
II.2) Description Lot No. 14
II.2.1) Title: Building Engineering Services
Lot No: 8B
II.2.2) Additional CPV codes:
71250000 - Architectural, engineering and surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Providing mechanical engineering services and providing electrical engineering services including surveys as required.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Four years from framework commencement
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/null
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 30
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/01/2019 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 18/01/2019
Time: 12:05
Place:
St Mungo Community Housing Association, 5th Floor, 3 Thomas More Square, London, E1W 1YW
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Four years from date of Framework inception.
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-consultancy-services./DJ652B9F6Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DJ652B9F6Z
VI.4) Procedures for review
VI.4.1) Review body:
Homes England
Fry Building, 2 Marsham Street, London, SW1P 4DF, United Kingdom
Tel. +44 3001234500, Email: enquiries@homesengland.gov.uk
Internet address: https://www.gov.uk/government/organisations/homes-england
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000
Internet address: https://www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
St Mungo's will incorporate the mandatory 10 day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be required from (Refer to address in part 1.1).
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
St Mungo Community Housing Association
5th Floor, 3 Thomas More Square, London, E1Y 1YW, United Kingdom
Email: procurement@mungos.org
VI.5) Date Of Dispatch Of This Notice: 04/12/2018
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
St Mungo Community Housing Association
3 Thomas More Square, London, E1W 1YW, United Kingdom
Email: procurement@mungos.org
Main Address: www.mungos.org
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: PRO.017-18 Development, Property & Housing Consultancy Framework Reference number: PRO.017.18
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: This tender covers the provision of building and property-related consultancy services; to be provided for St Mungo’s Strategic Asset Management and Property Services Teams and other Teams who may require such services.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/01/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 229149
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 04/12/2018
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: IV.2.2
Instead of:
Date: 09/01/2019
Local Time: 12:00
Read:
Date: 08/02/2019
Local Time: 12:00
VII.2) Other 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.
We are adding this corrigendum to ensure the information is published in Contracts Finder and extending the deadline for submissions accordingly.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=368892595