Vixus Property Advisory is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Multi-Disciplinary Construction Consultancy Services (professional services) |
Notice type: | Contract Notice |
Authority: | Vixus Property Advisory |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The scope of service will likely consist of the following: •Architects •Building Service Engineers •Building Surveyors •Civil Engineers •Project Managers/Lead Consultant •Quantity Surveyors •Structural Engineers •Supervisor •CDM / Principal Designer •Clients Agent (for Design and Build Procurement) •Land Surveying •Building Surveying •Archaeological Services •Fire Engineer •Flood/Risk Assessment •Heritage •Highways Consultancy Services •Landscape Architectural Design Services •Site Supervisor/Clerk of Works •Sustainability and Environmental Consultancy •Transport Consultants •Carbon Change Consultant •CAD Drawing •Cost Consultancy Services It is not expected that the Consultancy will provide all of the services itself, but instead, they will sub-contract to experts to complement its core expertise. |
Published: | 14/08/2024 09:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Office of the Police & Commissioner for Hampshire & Isle of Wight (OPCC)
Unit 1, The Long Barn, Dean Estate, Wickham Rd, Fareham, PO17 5BN, United Kingdom
Tel. +44 7470528906, Email: info@vixus.co.uk
Main Address: https://www.hampshire-pcc.gov.uk/
NUTS Code: UKJ3
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: https://www.delta-esourcing.com/tenders/UK-UK-Fareham:-Construction-consultancy-services./TTVC97GSH2
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Multi-Disciplinary Construction Consultancy Services (professional services)
Reference Number: Not provided
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of service will likely consist of the following:
•Architects
•Building Service Engineers
•Building Surveyors
•Civil Engineers
•Project Managers/Lead Consultant
•Quantity Surveyors
•Structural Engineers
•Supervisor
•CDM / Principal Designer
•Clients Agent (for Design and Build Procurement)
•Land Surveying
•Building Surveying
•Archaeological Services
•Fire Engineer
•Flood/Risk Assessment
•Heritage
•Highways Consultancy Services
•Landscape Architectural Design Services
•Site Supervisor/Clerk of Works
•Sustainability and Environmental Consultancy
•Transport Consultants
•Carbon Change Consultant
•CAD Drawing
•Cost Consultancy Services
It is not expected that the Consultancy will provide all of the services itself, but instead, they will sub-contract to experts to complement its core expertise.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71311000 - Civil engineering consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71530000 - Construction consultancy services.
II.2.3) Place of performance:
UKJ3 Hampshire and Isle of Wight
II.2.4) Description of procurement: The scope of service will likely consist of the following:
•Architects
•Building Service Engineers
•Building Surveyors
•Civil Engineers
•Project Managers/Lead Consultant
•Quantity Surveyors
•Structural Engineers
•Supervisor
•CDM / Principal Designer
•Clients Agent (for Design and Build Procurement)
•Land Surveying
•Building Surveying
•Archaeological Services
•Fire Engineer
•Flood/Risk Assessment
•Heritage
•Highways Consultancy Services
•Landscape Architectural Design Services
•Site Supervisor/Clerk of Works
•Sustainability and Environmental Consultancy
•Transport Consultants
•Carbon Change Consultant
•CAD Drawing
•Cost Consultancy Services
It is not expected that the Consultancy will provide all of the services itself, but instead, they will sub-contract to experts to complement its core expertise.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: 3 year contract with potnetial extension of up to 2 years subject to performance
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
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/TTVC97GSH2
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:
Not Provided
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
Not Provided
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 - NO
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: 13/09/2024
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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-Fareham:-Construction-consultancy-services./TTVC97GSH2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TTVC97GSH2
VI.4) Procedures for review
VI.4.1) Review body:
Office of the Police & Commissioner for Hampshire & Isle of Wight (OPCC)
Unit 1, The Long Barn, Dean Estate, Wickham Rd, Hampshire & Isle of Wight, United Kingdom
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: 14/08/2024
Annex A