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

Accelerated Construction Delivery Panel.

  • First published: 05 July 2017
  • Last modified: 05 July 2017
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Mi Concepts Ltd
Authority ID:
AA60129
Publication date:
05 July 2017
Deadline date:
17 August 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot covers four disciplines, which are as follows:

— Funding Applications (e.g. white papers for asset development, or renovation).

— Project Management.

— Cost Management.

— Developing Proposals.

— Planning Applications.

Suppliers will be evaluated on each of these areas for quality, pricing and technical submissions. Successful suppliers will show the capability to manage the development of public assets from start to finish. This is a Framework agreement with multiple eligible contracting authorities, so ‘tasks’ will be issued on an as needed basis.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Mi Concepts Ltd

08756870

Barclays House, Gatehouse Way, Buckinghamshire

Aylesbury

HP19 8DB

UK

Contact person: Gareth Wilson

E-mail: gareth@miconcepts.co.uk

NUTS: UK

Internet address(es)

Main address: http://public.miconcepts.co.uk/documents/acdp/Accelerated_Delivery_Contracting_Authorities_List.pdf

Address of the buyer profile: http://miconcepts.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://miprocurement.miconcepts.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://miprocurement.miconcepts.co.uk


I.4) Type of the contracting authority

Other: public sector buyer

I.5) Main activity

Other: procurement and government consultancy

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Accelerated Construction Delivery Panel.

Reference number: MCE 17063

II.1.2) Main CPV code

70000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This framework will facilitate end-to-end delivery of public assets through a range of essential services. These cover development and renovation, to disposal and management. This includes funding applications, design proposals, energy consulting, architectural design, engineering consulting, project management and orchestration, estate management, cost management, master planning and all other disciplines. These disciplines are split into lots, which are detailed as part of this notice.

This framework is eligible for use by a range of contracting authorities. A list of of these authorities is included in a link as part of this notice. Suppliers will be called upon to quote for, and provide, services by these contracting authorities throughout the contract duration.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  EUR

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

Accelerated Construction Delivery

II.2.2) Additional CPV code(s)

71541000

72224000

71244000

71242000

71240000

71410000

71356400

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers four disciplines, which are as follows:

— Funding Applications (e.g. white papers for asset development, or renovation).

— Project Management.

— Cost Management.

— Developing Proposals.

— Planning Applications.

Suppliers will be evaluated on each of these areas for quality, pricing and technical submissions. Successful suppliers will show the capability to manage the development of public assets from start to finish. This is a Framework agreement with multiple eligible contracting authorities, so ‘tasks’ will be issued on an as needed basis.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers project management for the development or renovation of public assets. This could involve working on complex projects with an array of different suppliers, and managers or agents acting on behalf of contracting authorities. As part of the evaluation process you will be asked to provide worked examples.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

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

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

Engineering

II.2.2) Additional CPV code(s)

71300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

‘Engineering’ is recognised as broad discipline, encompassing civil, structural, design, environmental and other areas. This framework is designed to facilitate the development or renovation of public assets on an as needed basis by multiple contracting authorities, and so different specialisms and suppliers will be required. Suppliers will be able to apply based on relevant specialisms, and will be asked to provide worked examples as well as credentials.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Architecture

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This is a framework contract designed to meet public sector requirements across a UK wide portfolio. Therefore the scope of architectural services will be broad, with services called upon on an as needed basis by eligible authorities over the wide region. Suppliers will be able to bid for specialisms within their regions of operation. The supplier will be asked to provide a worked example that covers at least one of the following architectural disciplines:

Strategic brief for the client;

Feasibility studies and options appraisal;

Project brief;

Concept design;

Detailed design;

Planning applications;

Contract Administration;

Rectification of defects;

Post Occupancy Evaluations.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Planning

II.2.2) Additional CPV code(s)

71240000

71356400

71400000

71410000

90712000

90712100

90712500

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers the planning requirements for eligible contracting authorities throughout the United Kingdom. Planning encompasses asset development or renovation, from small to large scale projects including environmental planning, urban planning, technical planning, building planning and others. Services will be called upon on an as needed basis. Suppliers will be invited to provide worked examples of relevant specialisms and will be able to bid for services in their respective areas of operations.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Masterplanning

II.2.2) Additional CPV code(s)

71400000

90712000

90712100

71240000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers the master planning requirements for eligible contracting authorities throughout the United Kingdom. This includes a strategic masterplanning and project masterplanning, with services being called upon on an as needed basis for regions and assets within the public portfolio. An emphasis of this framework will be building homes, environmental development, urban planning and others.

Suppliers will be invited to provide worked examples of relevant specialisms and will be able to bid for services in their respective areas of operations.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Landscape Architecture

II.2.2) Additional CPV code(s)

71420000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers the landscape architecture requirements for eligible contracting authorities throughout the United Kingdom. Services will be called upon on an as needed basis. Suppliers will be invited to provide worked examples of relevant specialisms and will be able to bid for services in their respective areas of operations.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Ecology and Biodiversity

II.2.2) Additional CPV code(s)

71313400

71313440

71313450

90720000

90722000

90700000

90710000

90711000

90711200

90711300

90711400

90711500

90712000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers all the ecology and biodiversity services required for the analysis of publicly owned assets and regions, and surrounding areas. This is integral to planning applications, assessment of the local environment, masterplanning etc. from construction projects through to other public schemes.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Construction Design and Management (CDM) Coordination

II.2.2) Additional CPV code(s)

71541000

72224000

71317210

71317200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

Eligible contracting authorities will call upon independent CDMC services for minor and major construction works, and to advice on planning and masterplanning projects. These jobs will be raised on an as needed basis with eligible suppliers bidding for individual projects as they arise throughout the duration of the contract.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Property (Real Estate Services)

II.2.2) Additional CPV code(s)

70100000

70200000

70300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

Contracting authorities will be using consultancy services through this framework to advise on how to finance the development of assets, which may then be disposed of, leased or rented under specific conditions or a variety of methods. There are a number of government funding schemes available, as well as innovative models of investment and disposal which connect the public and private sectors. These eligible authorities will require advice, and management of these processes in conjunction with project managers, funding applications, ecology and biodiversity considerations and more.

Services will be called off on an as needed basis. However suppliers who are successfully appointed to the framework will also be able to propose schemes to authorities.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Renewable Energy

II.2.2) Additional CPV code(s)

09300000

09330000

31121300

65400000

71314000

71314200

71314300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

Along with the development and renovation of public assets throughout the United Kingdom is a drive to introduce greener, cost effective energy sources. Renewable energy experts and consultancy services will be called upon throughout the duration of this contract to supplement planning, masterplanning and construction services. Suppliers will also be able to contact and propose models for development to eligible contracting authorities.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

CPO Project Management

II.2.2) Additional CPV code(s)

71541000

72224000

71242000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers the requirement for CPO Project Management services for eligible contracting authorities that are developing and renovating assets within their portfolio, Services will be called off on an as needed basis, which could include independent CPO project management consultancy at various stages of complex projects, or integrated management services for the total end-to-end delivery of development projects from finance to disposal.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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

Geo-Environmental & Geo-Technical Services and Consultancy

II.2.2) Additional CPV code(s)

71310000

71311100

71313000

71350000

71332000

45111250

71510000

71351500

90715200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers the UK wide requirement for Geo-Environmental & Geo Technical services, including site investigation, technical planing and analysis, environmentally conscious construction planning and management, statistical modelling, engineering and assessment for solar and wind energy sites. There is potentially a wide range of requirements regarding geo-technical and geo-environmental services.

This is a framework agreement where jobs will be raised on an as needed basis by eligible contracting authorities. Therefore suppliers will be able to submit applications based on a range of specialisms and contract regions, supported by industry credentials and case studies. Suppliers may be required to work on complex projects with multiple suppliers, in communication with the eligible authority and appointed agents or managers. Success.

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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:

Full conditions of suitability are provided in the procurement documents, and are dependent on the lots bid for. It is a requirement to meet legal standards to work in the United Kingdom, including registration with relevant bodies, health and safety standards etc. All suppliers must meet required levels of insurance including professional indemnity, employers liability and public liability.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


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.

Envisaged maximum number of participants to the framework agreement: 80

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 049-089796

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

Date: 17/08/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/09/2017

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

EN

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.4) Procedures for review

VI.4.1) Review body

Mi Concepts Ltd.

Barclays House

Aylesbury

HP19 8DB

UK

Telephone: +44 2088191488

E-mail: enquiries@miconcepts.co.uk

Internet address(es)

URL: http://www.miconcepts.co.uk

VI.5) Date of dispatch of this notice

30/06/2017

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71240000 Architectural, engineering and planning services Architectural and related services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71311100 Civil engineering support services Civil engineering consultancy services
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
71300000 Engineering services Architectural, construction, engineering and inspection services
71350000 Engineering-related scientific and technical services Engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90711000 Environmental impact assessment other than for construction Environmental management
90711300 Environmental indicators analysis other than for construction Environmental impact assessment other than for construction
90712500 Environmental institution building or planning Environmental planning
90710000 Environmental management Environmental services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
90712000 Environmental planning Environmental management
90720000 Environmental protection Environmental services
90722000 Environmental rehabilitation Environmental protection
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90711200 Environmental standards other than for construction Environmental impact assessment other than for construction
71332000 Geotechnical engineering services Miscellaneous engineering services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
45111250 Ground investigation work Demolition, site preparation and clearance work
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71420000 Landscape architectural services Urban planning and landscape architectural services
90715200 Other pollution investigation services Pollution investigation services
65400000 Other sources of energy supplies and distribution Public utilities
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
70300000 Real estate agency services on a fee or contract basis Real estate services
70000000 Real estate services Construction and Real Estate
70100000 Real estate services with own property Real estate services
70200000 Renting or leasing services of own property Real estate services
71510000 Site-investigation services Construction-related services
09330000 Solar energy Electricity, heating, solar and nuclear energy
71356400 Technical planning services Technical services
90712100 Urban environmental development planning Environmental planning
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services
31121300 Wind-energy generators Generating sets

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:
gareth@miconcepts.co.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.