University of Greenwich is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Greenwich Professional Services Consultancy Dynamic Purchasing System |
Notice type: | Contract Notice |
Authority: | University of Greenwich |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Services Consultancy related to buildings and works projects. The value of services covered by the Dynamic Purchasing System is expected to be in the range £1 to £2M for each call-off. Services include, but are not limited to, Architecture, Project Management, Civil & Structural Engineering, Cost Management Services, Mechanical & Electrical Engineering Services including Building Services Engineering, Principal Designer, Acoustics, Multi-Disciplinary Consultancy, Building Surveying, Rent, Rates & Valuations, Net Zero and Sustainability, Fire Consultancy, Planning and Landscape Architects. |
Published: | 21/02/2025 14:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
University of Greenwich
Old Royal Naval College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
Tel. +44 2083318000, Email: tenders@gre.ac.uk
Contact: Procurement and Commercial Services
Main Address: https://www.gre.ac.uk
NUTS Code: UKJ
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/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Greenwich Professional Services Consultancy Dynamic Purchasing System
Reference Number: UOG/DPS/GPS
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Services Consultancy related to buildings and works projects. The value of services covered by the Dynamic Purchasing System is expected to be in the range £1 to £2M for each call-off. Services include, but are not limited to, Architecture, Project Management, Civil & Structural Engineering, Cost Management Services, Mechanical & Electrical Engineering Services including Building Services Engineering, Principal Designer, Acoustics, Multi-Disciplinary Consultancy, Building Surveying, Rent, Rates & Valuations, Net Zero and Sustainability, Fire Consultancy, Planning and Landscape Architects.
II.1.5) Estimated total value:
Value excluding VAT: 10,000,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Architecture
Lot No: 1
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71223000 - Architectural services for building extensions.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Architecture Services. Core Service Discipline(s): Architect; Architectural advisory services Lead Designer; and, Principal Designer. Architectural design services, Architectural services for buildings, Architectural services for building extensions, Architecture feasibility study, advisory service, analysis, Architecture project and design preparation, estimation of costs, Architecture Design draft plans (systems and integration), Architecture calculation of costs, monitoring of costs, Architecture approval plans, working drawings and specifications, Architecture determining and listing of quantities in construction, Architecture supervision of building work and Architecture supervision of project and documentation. Non-Core Discipline(s) (including but not limited to): Conservation Architect; Counter Terrorism Advice / Design; Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste & Water Management, Energy & Energy Management); Interior Designer; BIM Co-ordinator; BIM Information Manager, Architecture urban areas mapping services, Architecture rural areas mapping services, Organisation of architectural design contests, Architectural, engineering and planning services, Architectural landscape services, Architectural services for outdoor areas, Architectural, engineering and surveying services, and Architecture urban planning. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Project Management Services
Lot No: 2
II.2.2) Additional CPV codes:
71541000 - Construction project management services.
72224000 - Project management consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Project Management Services. Core Service Disciplines: Project Management including Project Lead, Client Adviser, and Contract Administrator. Construction consultancy services, Construction management services¸ Construction project management services, Employers agent, Project recovery, Programme and project assurance, Programme management, Technical assistance services. Non-Core Service Discipline(s) (including but not limited to: Clerk of Works (Supervisor role – NEC); and, Construction Lead, Site-investigation services, Construction supervision services, Site , supervisor, Portfolio management services, BIM co-ordinator¸ Employers BIM advisory services, Programme / project management office (PMO) services BIM information manager, Programme and project audit, Relocation services Safety, Health, Environment and Quality (SHEQ) Services, Site Logistics Services¸ Migration planner and manager, Technical control services . The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Civil and Structural Engineering
Lot No: 3
II.2.2) Additional CPV codes:
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Civil and Structural Engineering Consultancy Services. Core Service Discipline(s): Civil engineering support services, Transport systems consultancy, services, Infrastructure works, consultancy services Structural engineering consultancy services, Plant engineering design services, Load-bearing structure design services, Pipeline design services, Foundation design services, Verification of load-bearing structure design services. Non-Core Service Discipline(s) (including but not limited to): Highways consultancy services, Highways engineering services Drilling-mud engineering services Bridge-design services, Engineering design services for traffic installations, Flood risk and control, Ancillary building services Integrated engineering services Corrosion engineering services Engineering support services Geotechnical engineering services. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Cost Management Services
Lot No: 4
II.2.2) Additional CPV codes:
71242000 - Project and design preparation, estimation of costs.
71244000 - Calculation of costs, monitoring of costs.
71322100 - Quantity surveying services for civil engineering works.
71324000 - Quantity surveying services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Cost Management Services. Core Service Discipline(s): Cost Consultant, Quantity surveying services, Pre & Post-contract cost management and final account settlement, Project auditing, value engineering, whole life costing, Cost consultancy. Non-Core Discipline(s) (including but not limited to): Risk Advisor, Quantity surveying services for civil engineering works. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 24/02/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Mechanical and Electrical Engineering Services including Building Services Engineering
Lot No: 5
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71300000 - Engineering services.
71310000 - Consultative engineering and construction services.
71318000 - Advisory and consultative engineering services.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Mechanical and Electrical Engineering Consultancy Services including Building Services Engineering. Core Service Disciplines: Pipeline design services, Electrical Engineer, Mechanical engineering services, Building services consultancy, Building-inspection services, Inspection of ventilation system, Building-fabric consultancy services, Lift engineering services, Heating-system design services, Systems Integration and commissioning, Artificial and natural lighting engineering services for buildings, Plumbing consultancy services, Ventilation consultancy services, Mechanical and electrical engineering for buildings, MEP Services. Non-Core Service Discipline(s) (including but not limited to: Counter Terrorism Advice / Design; Environmental Services Advisor (Including Buildings, Land, Water, Seascape, Ecology, Biodiversity, Air, Light, Noise, Vibration, Waste & Water Management, Energy & Energy Manager, Corrosion engineering services, Integrated engineering services Engineering support services, Mechanical and electrical engineering services and Geotechnical engineering services BIM Co-ordinator; and surveys . The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Principal Designer
Lot No: 6
II.2.2) Additional CPV codes:
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.
71200000 - Architectural and related services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Principal Designer Services. Core Service Discipline(s): Principal/Lead Designer. Non-Core Service Discipline(s) (including but not limited to): Client Advisor. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Acoustics
Lot No: 7
II.2.2) Additional CPV codes:
71313200 - Sound insulation and room acoustics consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Acoustics Consultancy Services. Core Service Discipline(s): Noise-control consultancy services, Sound insulation and room acoustics consultancy services. Non-Core Service Discipline(s) (including but not limited to): Vibration and other Surveys. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 8
II.2.1) Title: Multi Disciplinary Consultancy
Lot No: 8
II.2.2) Additional CPV codes:
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71313100 - Noise-control consultancy services.
71313200 - Sound insulation and room acoustics consultancy services.
71314300 - Energy-efficiency consultancy services.
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71317100 - Fire and explosion protection and control consultancy services.
71318000 - Advisory and consultative engineering services.
71321300 - Plumbing consultancy services.
71321400 - Ventilation consultancy services.
71530000 - Construction consultancy services.
71600000 - Technical testing, analysis and consultancy services.
71621000 - Technical analysis or consultancy services.
72224000 - Project management consultancy services.
90713000 - Environmental issues consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71223000 - Architectural services for building extensions.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
71242000 - Project and design preparation, estimation of costs.
71541000 - Construction project management services.
71244000 - Calculation of costs, monitoring of costs.
71322100 - Quantity surveying services for civil engineering works.
71324000 - Quantity surveying services.
71315300 - Building surveying services.
70330000 - Property management services of real estate on a fee or contract basis.
70332000 - Non-residential property services.
70332200 - Commercial property management services.
71313400 - Environmental impact assessment for construction.
71313420 - Environmental standards for construction.
71313430 - Environmental indicators analysis for construction.
71313440 - Environmental Impact Assessment (EIA) services for construction.
71313450 - Environmental monitoring for construction.
90712000 - Environmental planning.
90714500 - Environmental quality control services.
71410000 - Urban planning services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Multi Disciplinary Consultancy Services. Core Service Discipline(s): All core services contained in lots 1 to 9. Non-Core Service Discipline(s) (including but not limited to): Any non core disciplines relating to the services set out in lots 1 to 9. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 9
II.2.1) Title: Building Surveying
Lot No: 9
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Building Surveying Services. Core Service Discipline(s): Condition surveys with recommendation for requisite repairs and budget costs, including historic and listed buildings, preparation of specifications for work, obtaining quotations and supervision of works. Building asset management and tracking, General estate management advice, Carrying out measured surveys in accordance with the RICS code of Measuring Practice, Cost control, Management of all works relating to occupation of the property, Property performance management, analysis and reporting including expert analysis reports and any recommended corrective action, Building-fabric consultancy services Building-inspection services Building services consultancy, Building surveying services. Non-Core Service Discipline(s) (including but not limited to): Other Surveys. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 10
II.2.1) Title: Rent, rates and valuations
Lot No: 10
II.2.2) Additional CPV codes:
70330000 - Property management services of real estate on a fee or contract basis.
70332000 - Non-residential property services.
70332200 - Commercial property management services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Rent, Rates and Valuations Services. Core Service Discipline(s): Fixed Asset Valuation, Rating Valuation, General Valuation, Market value, fair value, worth (investment value), Valuation for public sector asset financial reporting, Insurance replacement costs, Ratings including appeals, Advice and support comprising acquisition and disposal of an interest in land on the open market, Advice in respect of commercial, residential, and agricultural property and land, Strategic investment advice in relation to market conditions and availability of a wide range of property, Negotiation and settlement of boundary disputes, Maximising the value of individual and groups of properties, Review of property strategy, Efficient use of accommodation, Maximisation of income, Land assembly and joint venture sales, Potential for maximising capital receipts, Minimising revenue expenditure, Advice on the use of different funding methods. Non-Core Service Discipline(s) (including but not limited to): Development and market appraisals, Individual valuations for any other purpose, Acquisition and disposal of leases in a wide range of commercial and/or agricultural property Interim and market rents, Letting strategies advice, Expert witness and arbitration services, Negotiation of lease renewals and rent reviews, Telecoms lease advice, General advice on lease terms, Strategy for service of notices, Mediation and settlement of interim and terminal schedules of dilapidation, Day to day management of leased properties, liaison with tenants, preparation of budgets, negotiation and documentation of tenancy agreements, advice on maximising revenue and review of rents, Negotiation and documentation of casual licences and hirings. Advice on and carrying out of rent collection (if required) and disputes with tenants and landlords, Negotiation and completion of tenancies at will. Dealing with repossessions and evictions, Advice on trespass issues, Dealing with public, member and tenant complaints, Advice on and administration of service charges for managed properties, Providing regular customer reports (where applicable covering: Prompts of key lease milestone dates such as rent reviews, lease renewals, decoration, break options etc.) The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 11
II.2.1) Title: Net Zero and Sustainability
Lot No: 11
II.2.2) Additional CPV codes:
71313400 - Environmental impact assessment for construction.
71313420 - Environmental standards for construction.
71313440 - Environmental Impact Assessment (EIA) services for construction.
71313450 - Environmental monitoring for construction.
90712000 - Environmental planning.
90713000 - Environmental issues consultancy services.
71314300 - Energy-efficiency consultancy services.
71313430 - Environmental indicators analysis for construction.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Net Zero and Sustainability Consultancy Services. Core Service Discipline(s): Sustainability aspects such as renewable energy sources, energy conservation, energy efficiency, resource recovery, and emission management and Environmental monitoring for construction. Non-Core Service Discipline(s) (including but not limited to): Environmental assessments, Environmental flood risk, analysis and advisory services, Environmental standards for construction, Environmental impact assessment (EIA) services for construction and Environmental indicators analysis for construction. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 12
II.2.1) Title: Fire Consultancy
Lot No: 12
II.2.2) Additional CPV codes:
71317100 - Fire and explosion protection and control consultancy services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Fire Consultancy Services. Core Service Discipline(s): Fire and explosion protection and control consultancy services, Escape and Fire access designer , Fire Systems and Compartmentation and Fire cladding engineering and consultancy. Non-Core Service Discipline(s) (including but not limited to): Sprinkler. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 13
II.2.1) Title: Planning
Lot No: 13
II.2.2) Additional CPV codes:
71410000 - Urban planning services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Planning Consultancy Services. Core Service Discipline(s): Obtaining planning approvals, including appeals, Preparation of development brief for information Local Planning Authority Agreement Stakeholder consultation, Monitoring consultations and attending committees, LDF’s representation and monitoring, planning history reports, Planning feasibility, Assessment of land use options, Pursing representations at inquiry stage, Reviewing proposed modifications/adoption proceedings, Advice and negotiation of Section 106 and Grampian conditions, including developer contributions and Master planning. Non-Core Service Discipline(s) (including but not limited to): Enforcement, Noise and sound sensitivity, Site and ground surveys. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
II.2) Description Lot No. 14
II.2.1) Title: Landscape Architect
Lot No: 14
II.2.2) Additional CPV codes:
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: The University is seeking to establish a Dynamic Purchasing System for the procurement of Professional Service Consultancy services related to works projects. This Lot is for suppliers providing Landscape Architect Services. Core Service Discipline(s): Elements of the landscape, Architectural landscape services¸ Architectural services for outdoor areas, Architecture supervision of project and documentation. Non-Core Service Discipline(s) (including but not limited to): Surveys. The value of the services covered is expected to be in the range £1 to £2M for any one call-off.
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:
Start: 07/04/2025 / End: 23/02/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Not provided
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:
Potential suppliers must provide evidence of their professional competence and capacity relating to the Lot(s) for which they are applying.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Economic and financial standing will be assessed at the time of conducting the Further Competition Process for each project.
Minimum level(s) of standards possibly required (if applicable) :
To be stated in the procurement documents for the Further Competition Process for each project.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system
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: 31/01/2029 Time: 17:00
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:
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 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:-Construction-consultancy-services./QHU6U2Z736
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QHU6U2Z736
VI.4) Procedures for review
VI.4.1) Review body:
University of Greenwich
Old Royal Naval College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
Tel. +44 2083318000
Internet address: https://www.gre.ac.uk
VI.4.2) Body responsible for mediation procedures:
University of Greenwich
Old Royal Naval College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
Tel. +44 2083318000
Internet address: https://www.gre.ac.uk
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:
University of Greenwich
Old Royal Naval College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
Tel. +44 2083318000
Internet address: https://www.gre.ac.uk
VI.5) Date Of Dispatch Of This Notice: 21/02/2025
Annex A