Published date: 20 January 2016
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Architectural, construction, engineering and inspection services - 71000000
Architectural, engineering and planning services - 71240000
Draft plans (systems and integration) - 71243000
Approval plans, working drawings and specifications - 71245000
Consultative engineering and construction services - 71310000
Civil engineering consultancy services - 71311000
Structural engineering consultancy services - 71312000
Environmental engineering consultancy services - 71313000
Energy-efficiency consultancy services - 71314300
Building consultancy services - 71315200
Building services consultancy services - 71315210
Building surveying services - 71315300
Building-inspection services - 71315400
Health and safety consultancy services - 71317210
Advisory and consultative engineering services - 71318000
Quantity surveying services - 71324000
Technical planning services - 71356400
Urban planning and landscape architectural services - 71400000
Urban planning services - 71410000
Construction consultancy services - 71530000
Construction project management services - 71541000
Contract administration services - 79994000
Environmental planning - 90712000
Urban environmental development planning - 90712100
Environmental institution building or planning - 90712500
Location of contract
NN4 7YD
Value of contract
£50,000,000 to £60,000,000
Procurement reference
A2KE-6FGVBV-A76M-LYHFKY
Published date
20 January 2016
Closing date
3 March 2016
Contract start date
4 April 2016
Contract end date
3 April 2019
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
Applications are invited from experienced providers of Design and Technical Consultancy Services to the construction industry who can provide high quality professional services using a customer focussed approach, particularly in the Public Sector. The services to be provided are: LOT 1: Project Management with full Design and Principal Designer. LOT 2: Project Management with Quantity Surveying Services (Principal Designer as required). LOT 3: Architectural Services (Contract Administration and Principal Designer as required). LOT 4: Building Surveying Services (Contract Administration and Principal Designer as required). LOT 5: Mechanical & Electrical Engineering Services (Contract Administration and Principal Designer as required). LOT 6: Project Management Services (Contract Administration as requested). LOT 7: Quantity Surveying / Cost Consultancy Services (Contract Administration as required). LOT 8: Structural and Civil Engineering Services (Contract Administration and Principal Designer as required). The Framework Providers will be expected to work and co-operate closely with local government in-house and external design and technical consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Design and Technical Consultancy Services will be required for but not limited to education and social care, Health, Blue Light Services, Residential, community and public buildings. The Framework will cover construction works and will include, but not be limited to, new build, demolitions, capital replacements, extensions, repairs and renovation programs. Successful Framework Providers will be expected to have a demonstrable track record of providing these services for such premises and project type. Potential Providers will be appointed to the Framework through the overarching Framework Agreement and any subsequent award will also be made in accordance with the terms and conditions of the accompanying RIBA Architect or RIBA Consultant agreements, including Schedule of Amendments. The Framework will operate for a period of 36 months (from the award of the contract) with the option to extend for a further period of 12 months. It is envisaged that the maximum number of providers appointed to Lots 1 and 2 shall be three and Lots 3 8 will be 6. Interested parties are permitted to bid for a single Lot or multiple Lots. There will be no obligation on either Northamptonshire County Council or any of the other bodies to enter into call off contracts with the service providers appointed nor will any guarantee be given as to the quantity, value or regularity of call off contracts to be made.
More information
Additional text
-
Instructions to Suppliers: Please visit the LGSS Procurement Portal - www.lgssprocurementportal.co.uk to
formally register your interest in this opportunity and to access the tender
documentation.
About the buyer
Contact name
Northamptonshire County Council
Address
John Dryden House
8 - 10 The Lakes
NORTHAMPTON
NN4 7YD
UK
Telephone
01604 366691
Share this notice
Closing: 3 March 2016
All content is available under the
