Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted 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:
Procurement of mechanical, electrical and public health engineering consultancy services in connection with the Programme for Brunel University London.
Reference number: BUL:1713
II.1.2)Main CPV code
71334000
II.1.3)Type of contract
Services
II.1.4)Short description:
Brunel University London (the ‘Authority’) intends to establish a multi-supplier framework agreement(‘Framework Agreement’) with up to 4 (four) consultants for the provision of mechanical, electrical and public health engineering services in connection with the (circa) 165 000 000 GBP campus capital projects programme (the ‘Programme’) which includes a new design engineering centre, a new learning and teaching centre and a new health sports centre, as well as a series of other smaller developments which form part of the Authority's wider estates campus strategy.
Please refer to the procurement documents for a list of the Services and further information relating to the Programme, the Authority's requirements and the procurement process.
II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71300000
71313000
71333000
71337000
71350000
71340000
71318100
71330000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
The Framework Agreement will have a duration of three years and this period may be extended by the Authority(on one or more occasion) for any period of time up to a maximum cumulative total of 1 year from the expiry of the initial three year term. The Authority's decision as to whether to extend the initial three year term will depend on the progress being made on the Programme and whether it would be appropriate for the Framework Agreement to continue for a further period or periods of up to a maximum cumulative total of one year. Three months' written notice will be given to suppliers appointed to the Framework Agreement as to whether the initialterm will be extended, and if so, by how many months. Call-off contracts may extend beyond the life of the Framework Agreement.
The Authority envisages that the estimated spend under the Framework Agreement over the entire duration will be between 1 600 000 GBP (one million six hundred thousand pounds) and 3 000 000 GBP (three million pounds) exclusive of VAT.T The call-off contracts are expected to range in value from 1 000 GBP (one thousand pounds) to 800 000 GBP (eight hundred thousand pounds) exclusive of VAT.
This procurement will not be divided into lots as the Authority wants consistency and breadth by having the availability of suppliers who have all the different skills and areas of competence which allows greater flexibility to accommodate a variety of projects within the Framework Agreement.
The Authority has also procured and is still procuring other services connection with its Programme, including quantity surveying services, project management services and architectural services. The Authority will expect those appointed to the Framework Agreement pursuant to this procurement process to co-operate with and work in a collaborative relationship with the Authority and others engaged by the Authority to provide services in connection with the Programme and wider estates strategy. Further details are set out in the procurement documents (the Information Memorandum).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
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:
Please see Section II.2.4 above for further information.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documents for the objective criteria for choosing the limited number of candidates.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: This programme may be subject to some EU funding.
II.2.14)Additional information
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
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
The Framework Agreement and terms and contract contain social and environmental requirements. Please see the procurement documents for further details of these requirements.
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/05/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Candidates wishing to express an interest must complete a selection questionnaire and submit this before the closing date and time set out in Section IV.2.2. Please note that candidates will firstly need to register for free through the portal and obtain log-in details to access the documents. Further information regarding the portal is contained in the procurement documents which can be accessed via the link in Section I.3.
Submitting a response to this contract notice does not guarantee that a candidate will be invited to tender. The Authority may terminate or suspend the award process in whole or in part at any time without incurring any costor liability.
The Authority does not bind itself to enter into any framework agreement or contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of this notice or the procedures envisaged by it.
The Authority will not be liable in any way to any candidate or tenderer for any costs incurred in connection with this procurement process. The Authority reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this notice or by the selection questionnaire or as otherwise directed by the Authority during the procurement process; or fulfils any one or more of the criteria stated in the selection questionnaire (including Regulation 57 of the Public Contracts Regulations 2015).
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
11/04/2017