Tender

Greenwich Professional Services Consultancy Dynamic Purchasing System

  • University of Greenwich

F02: Contract notice

Notice identifier: 2025/S 000-006957

Procurement identifier (OCID): ocds-h6vhtk-04e739

Published 21 February 2025, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Contact

Procurement and Commercial Services

Email

tenders@gre.ac.uk

Telephone

+44 2083318000

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

https://www.gre.ac.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Greenwich Professional Services Consultancy Dynamic Purchasing System

Reference number

UOG/DPS/GPS

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Architecture

Lot No

1

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71223000 - Architectural services for building extensions

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Project Management Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Civil and Structural Engineering

Lot No

3

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Cost Management Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

24 February 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mechanical and Electrical Engineering Services including Building Services Engineering

Lot No

5

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Principal Designer

Lot No

6

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Acoustics

Lot No

7

two.2.2) Additional CPV code(s)

  • 71313200 - Sound insulation and room acoustics consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Multi Disciplinary Consultancy

Lot No

8

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Building Surveying

Lot No

9

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Rent, rates and valuations

Lot No

10

two.2.2) Additional CPV code(s)

  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332000 - Non-residential property services
  • 70332200 - Commercial property management services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Net Zero and Sustainability

Lot No

11

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Fire Consultancy

Lot No

12

two.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Planning

Lot No

13

two.2.2) Additional CPV code(s)

  • 71410000 - Urban planning services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Landscape Architect

Lot No

14

two.2.2) Additional CPV code(s)

  • 71400000 - Urban planning and landscape architectural services
  • 71420000 - Landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 April 2025

End date

23 February 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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

To be stated in the procurement documents for the Further Competition Process for each project.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 January 2029

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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

GO Reference: GO-2025221-PRO-29524530

six.4) Procedures for review

six.4.1) Review body

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Telephone

+44 2083318000

Country

United Kingdom

Internet address

https://www.gre.ac.uk

six.4.2) Body responsible for mediation procedures

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Telephone

+44 2083318000

Country

United Kingdom

Internet address

https://www.gre.ac.uk

six.4.4) Service from which information about the review procedure may be obtained

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Telephone

+44 2083318000

Country

United Kingdom

Internet address

https://www.gre.ac.uk