Leathermarket JMB: Major Works Consultant

  Leathermarket JMB is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Major Works Consultant
Notice type: Contract Notice
Authority: Leathermarket JMB
Nature of contract: Services
Procedure: Restricted
Short Description: A wide range of works are carried out by the JMB for the maintenance and repair of the properties it manages. The JMB is now looking to appoint a Major Works Consultant to provide multi-disciplinary services, and work with the JMB to manage and design the necessary works under a call off arrangement. The procurement process is being held to secure the Major Works Consultant.
Published: 10/06/2018 16:13
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             Leathermarket Joint Management Board
             26 Leathermarket Street, Southwark, London, SE1 3HN, United Kingdom
             Tel. +44 7825215229, Email: rob@j4projects.co.uk
             Contact: Rob Williams
             Main Address: www.leathermarketjmb.org.uk
             NUTS Code: UKI
      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:-Architectural%2C-construction%2C-engineering-and-inspection-services./TXB33C3Q48
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Major Works Consultant       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: A wide range of works are carried out by the JMB for the maintenance and repair of the properties it manages. The JMB is now looking to appoint a Major Works Consultant to provide multi-disciplinary services, and work with the JMB to manage and design the necessary works under a call off arrangement.

The procurement process is being held to secure the Major Works Consultant.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: A wide range of works are carried out by the JMB for the maintenance and repair of the properties it manages. The JMB is now looking to appoint a Major Works Consultant to provide multi-disciplinary services, and work with the JMB to manage and design the necessary works under a call off arrangement.

Services include:
a.Project and Cost Management / Employer’s Agent
b.Multi-Disciplinary Design Disciplines (Architectural, Structural/Civil, MEP, Landscape, etc.)
c.Principal Designer and Client CDM Advisor
      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: 400,000       
      Currency: GBP       
      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: Option to extend for a further 24 months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
      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: This procurement has not been sub-divided into lots as the Leathermarjet JMB want to appoint one consultancy (or lead consultancy) to supply a single point of contact to deliver the services under the scope of the procurement.       


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       
      The Leathermarket JMB will require the Consultant to engage in performance reviews on a regular basis.

In the event that the Consultant’s performance falls below a satisfactory level, the Consultant and the Leathermarket JMB will agree measured to improve the situation. Repeated or continual service failures may result in suspension or termination of the contract.

Refer to the procurement documents for further information          
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         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: 11/07/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/08/2018       
      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): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./TXB33C3Q48

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TXB33C3Q48
   VI.4) Procedures for review
   VI.4.1) Review body:
             Leathermarnet Joint Management Board
       26 Leathermarket Street, Southwark, London, SE1 3HN, United Kingdom
       Tel. +44 2074508000
       Internet address: www.leathermarketjmb.org.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/06/2018

Annex A


View any Notice Addenda

View Award Notice