loading
  • GB-M13 9PL Manchester
  • 29.09.2014
  • Ausschreibung
  • (ID 2-178455)

New Biomedical Research Building Project Management Consultant Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 29.09.2014, 17:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Projektsteuerung
    Sprache Englisch
    Aufgabe
    The University of Manchester, wishes to appoint a company to deliver Project Management Services for the New Biomedical Research Building. The current preferred building option is a 3 block multi-storey construction (horseshoe shaped) and it is intended that the 3 blocks will be separately constructed across 3 phases.
    Leistungsumfang
    Estimated value excluding VAT:
    Range: between 800 000 and 2 500 000 GBP
    Adresse des Bauherren UK-M13 9PL Manchester
    TED Dokumenten-Nr. 298046-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      The University of Manchester
      Oxford Road
      The Central Procurement Office
      M13 9PL
      Manchester
      VEREINIGTES KÖNIGREICH
      +44 1612752160
      MjE1YWNgVGZjVl5WX2UxXlJfVFlWZGVWYx9SVB9mXA==
      +44 1612752961

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: http://www..manchester.ac.uk/
      Adresse des Beschafferprofils: https://in-tendhost.co.uk/universityofmanchester
      Elektronischer Zugang zu Informationen: https://in-tendhost.co.uk/universityofmanchester
      Elektronische Einreichung von Angeboten und Teilnahmeanträgen: https://in-tendhost.co.uk/universityofmanchester
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      71541000, 71530000

      Beschreibung
      Projektmanagement im Bauwesen.
      Beratung im Bauwesen.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung
      Schlusstermin für die Anforderung von Unterlagen oder die Einsichtnahme: 29.9.2014 - 17:00

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      29.9.2014 - 17:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      Contact point(s): Telephone: E-mail: Fax: The University of Manchester Oxford Road The Central Procurement Office M13 9PLManchester UNITED KINGDOM +44 1612752160 MjEyZGZjV2lmWWFZYmg0YVViV1xZZ2hZZiJVVyJpXw== +44 1612752961

      Internet address(es):
      General address of the contracting authority: http://www..manchester.ac.uk/Address of the buyer profile: https://in-tendhost.co.uk/universityofmanchesterElectronic access to information: https://in-tendhost.co.uk/universityofmanchesterElectronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofmanchesterFurther information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Body governed by public law

      I.3) Main activity
      Education

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      New Biomedical Research Building Project Management Consultant Services.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
      NUTS code UKD3

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract

      II.1.4) Information on framework agreement

      II.1.5) Short description of the contract or purchase(s)
      The University of Manchester, wishes to appoint a company to deliver Project Management Services for the New Biomedical Research Building. The current preferred building option is a 3 block multi-storey construction (horseshoe shaped) and it is intended that the 3 blocks will be separately constructed across 3 phases.

      II.1.6) Common procurement vocabulary (CPV)
      71541000, 71530000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Estimated value excluding VAT:
      Range: between 800 000 and 2 500 000 GBP

      II.2.2) Information about options
      Options: no

      II.2.3) Information about renewals
      This contract is subject to renewal: yes
      Number of possible renewals: 2

      II.3) Duration of the contract or time limit for completion
      Duration in months: 60 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      The Authoritys particular requirements will be set out in the Invitation to Tender documentation and may include, inter alia, performance bond(s) and/or parent-company guarantee(s) and/or other forms of security.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be determined. Further details will be set out in the Invitation to Tender documentation.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Authoritys particular requirements are to be determined but the Authority may require that any contract awarded shall be entered into by a single legal entity on the part of the successful candidate.

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: no

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: Bidders will be required to register with www.intendhost.co.uk/universityofmanchester to take part in the tender process.
      Once registered, contractors must download the relevant Pre Qualification Questionnaire, complete and then upload documents.
      Further information will be provided within PQQ and ITT documentation.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Information as detailed in the PQQ documents.
      Minimum level(s) of standards possibly required: Bidders must confirm that they are not ineligible to bid under the criteria for rejection laid down in Regulation 23 of the Public Contracts Regulations 2006.
      Information as detailed in the PQQ.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Information as detailed in the PQQ documents.
      Minimum level(s) of standards possibly required:
      Information as detailed in the PQQ documents.

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession
      Execution of the service is reserved to a particular profession: no

      III.3.2) Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Restricted

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5: and maximum number 8
      Objective criteria for choosing the limited number of candidates: The Authority intends to invite sufficient candidates on the basis of the ranking of candidates at the PQQ evaluation stage at which the criteria referred to in Part 4 of the Public Contracts 2006, as amended (implementing articles 45-52 inclusive of Directive 2004/18/EC) will be assessed and marked.

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      2014/911/BioMed-ProjectManagement/PH/SR

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 29.9.2014 - 17:00
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      29.9.2014 - 17:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Date: 30.9.2014 - 14:00
      Place: Central Procurement Office.
      Persons authorised to be present at the opening of tenders: no

      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no

      VI.3) Additional information
      Variant bids may be requested or permitted by the University within parameters to be set out in the Invitation to Tender documentation.
      The Authority expressly reserves the rights (i) not to award any contract as a result of the procurement process commenced by publication of this notice, (ii) to make whatever changes it may see fit to the content and structure of the tendering competition (iii) to award (a) contract(s) in respect of any part(s) of the supplies/services covered by this notice, and (iv) to award contract(s) in stages, and in no circumstances will the Authority be liable for any costs incurred by candidates.
      Section II.2.1 - Contract value is given as a range between GBP 800 000 and GBP 2 500 000. This is due to the phased nature of the construction, the current preferred building option is split into 3 phases, as explained in the descriptive document.
      Although the contract will be for all phases the initial appointment will relate to Phase 1 and the outline design for Phase 2 only. Further phases / design will be provisional and may not be undertaken or instructed. For clarity, the minimum value of the contract will be GBP 800 000 and the maximum value (if all phases are undertaken) will be GBP 2 500 000.
      Section II.2.3 - The initial length of the contract will be 60 months to cover Phase 1 in total and the outline design for Phase 2 only. The contract will be subject to 2 further renewals of 24 months and 36 months to cover Phases 2 and 3 respectively. For clarity, the contract will be awarded and renewed as below:
      Initial Contract - 60 months (to cover Phase 1 in total and the outline design for Phase 2 only)
      Renewal 1 - 24 months (to cover Phase 2 in total)
      Renewal 2 - 36 months (to cover Phase 3 in total)
      The University wishes to appoint a single Project Management Consultancy company for all phases of the Biomedical development (if phases 2 and 3 are instructed), in order to minimise risk and ensure value for money by utilising the experience which will be gained from the project, maintaining the integrity of the phases of the project which cannot easily be split, and ensuring that the final project can be delivered in the tight timetable required.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures

      VI.4.2) Lodging of appeals

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      29.8.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 02.09.2014
Zuletzt aktualisiert 02.09.2014
Wettbewerbs-ID 2-178455 Status Kostenpflichtig
Seitenaufrufe 47