Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Greenwich Professional Services Consultancy Dynamic Purchasing System

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04e739
Published by:
University of Greenwich
Authority ID:
AA26621
Publication date:
26 March 2025
Deadline date:
31 January 2029
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

UK

Contact person: Procurement and Commercial Services

Telephone: +44 2083318000

E-mail: tenders@gre.ac.uk

NUTS: UKJ

Internet address(es)

Main address: https://www.gre.ac.uk

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 to:

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


Tenders or requests to participate must be sent to the abovementioned address


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

 

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: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Architecture

II.2.2) Additional CPV code(s)

71200000

71210000

71220000

71221000

71223000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 2

II.2.1) Title

Project Management Services

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 3

II.2.1) Title

Civil and Structural Engineering

II.2.2) Additional CPV code(s)

71311000

71312000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 4

II.2.1) Title

Cost Management Services

II.2.2) Additional CPV code(s)

71242000

71244000

71322100

71324000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 5

II.2.1) Title

Mechanical and Electrical Engineering Services including Building Services Engineering

II.2.2) Additional CPV code(s)

71000000

71240000

71250000

71300000

71310000

71318000

71320000

71321000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 6

II.2.1) Title

Principal Designer

II.2.2) Additional CPV code(s)

71315100

71315200

71200000

71220000

71221000

71222000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 7

II.2.1) Title

Acoustics

II.2.2) Additional CPV code(s)

71313200

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 8

II.2.1) Title

Multi Disciplinary Consultancy

II.2.2) Additional CPV code(s)

71310000

71311000

71312000

71313000

71313100

71313200

71314300

71315100

71315200

71315210

71317100

71318000

71321300

71321400

71530000

71600000

71621000

72224000

90713000

71000000

71200000

71210000

71220000

71221000

71222000

71223000

71240000

71250000

71251000

71400000

71420000

71242000

71541000

71244000

71322100

71324000

71315300

70330000

70332000

70332200

71313400

71313420

71313430

71313440

71313450

90712000

90714500

71410000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 9

II.2.1) Title

Building Surveying

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 10

II.2.1) Title

Rent, rates and valuations

II.2.2) Additional CPV code(s)

70330000

70332000

70332200

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 11

II.2.1) Title

Net Zero and Sustainability

II.2.2) Additional CPV code(s)

71313400

71313420

71313440

71313450

90712000

90713000

71314300

71313430

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 12

II.2.1) Title

Fire Consultancy

II.2.2) Additional CPV code(s)

71317100

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 13

II.2.1) Title

Planning

II.2.2) Additional CPV code(s)

71410000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 14

II.2.1) Title

Landscape Architect

II.2.2) Additional CPV code(s)

71400000

71420000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

SOUTH EAST (ENGLAND)

II.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.

II.2.5) Award criteria

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

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

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

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

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 required:

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 31/01/2029

Local time: 17:00

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

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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

GO Reference: GO-2025221-PRO-29524530

VI.4) Procedures for review

VI.4.1) Review body

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

UK

Telephone: +44 2083318000

Internet address(es)

URL: 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

UK

Telephone: +44 2083318000

Internet address(es)

URL: https://www.gre.ac.uk

VI.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

UK

Telephone: +44 2083318000

Internet address(es)

URL: https://www.gre.ac.uk

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71210000 Advisory architectural services Architectural and related services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
71315100 Building-fabric consultancy services Building services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71311000 Civil engineering consultancy services Consultative engineering and construction services
70332200 Commercial property management services Non-residential property services
71530000 Construction consultancy services Construction-related services
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
71314300 Energy-efficiency consultancy services Energy and related services
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
90713000 Environmental issues consultancy services Environmental management
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90712000 Environmental planning Environmental management
90714500 Environmental quality control services Environmental auditing
71313420 Environmental standards for construction Environmental engineering consultancy services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
71420000 Landscape architectural services Urban planning and landscape architectural services
71313100 Noise-control consultancy services Environmental engineering consultancy services
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71313200 Sound insulation and room acoustics consultancy services Environmental engineering consultancy services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71621000 Technical analysis or consultancy services Analysis services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services
71321400 Ventilation consultancy services Engineering design services for mechanical and electrical installations for buildings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@gre.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.