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 |
View Full Notice
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