loading
  • GB-LS2 9JT Leeds
  • 05.04.2017
  • Ausschreibung
  • (ID 2-258169)

Professional Services Consultancy Framework (Projects under GBP 2.0M)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.04.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 35 - max. 35
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Objektplanung Gebäude / Bauleitung, Objektüberwachung / Technische Ausrüstung / Kostenmanagement / allgemeine Beratungsleistungen / Projektsteuerung / Design
    Sprache Englisch
    Aufgabe
    The University of Leeds is conducting a competitive procurement under the restricted process applicable under the Public Contract Regulations 2015 (‘PCR 2015’) to appoint a number of professional consultants to a Professional Services Consultancy Framework Agreement for construction related services. The professional services are required in relation to the University's capital investment programme for works on projects with a value of up to GBP 2.0M.
    Leistungsumfang
    The Framework Agreement will comprise seven Lots across a number of disciplines as listed below:
    Lot 1 — Architectural Services
    Lot 2 — Quantity Surveying Services
    Lot 3 — Building Surveying Services
    Lot 4 — Mechanical Services Engineering and Chartered Mechanical Engineering Services
    Lot 5 — Electrical Services Engineering and Chartered Electrical Engineering Services
    Lot 6 — Interior Design Services
    Lot 7 — AV Installations Engineering Services
    Bidders can apply for one, several, or all Lots.
    The contract form is intended to be JCT Framework Agreement for Consultant Services relating to the design, construction, maintenance, refurbishment and/or operation of a project at various sites, incorporating the required amendments as a minimum.
    A Standard Selection Questionnaire has been developed for the Lots and an Information Memorandum is released along with this Contract Notice to provide interested parties with an overview of the required services in order that they can understand the background to the requirements,
    understand the procurement process being employed for the award of the Framework Agreement, the estimated time frames involved and the tasks to be carried out by those Bidders participating in the tender process; and to
    decide whether they wish to participate in the procurement process.
    Adresse des Bauherren UK-LS2 9JT Leeds
    TED Dokumenten-Nr. 85250-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Leeds: Architectural, construction, engineering and inspection services

      2017/S 046-085250

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      University of Leeds
      Woodhouse Lane
      LS2 9JT Leeds
      United Kingdom
      E-mail: MjE2U1VeZGJRXGBlYlNYUWNZXlcwUVRdHlxVVVRjHlFTHmVb

      Internet address(es):

      General address of the contracting authority: https://in-tendhost.co.uk/universityofleeds/aspx/Home

      Electronic access to information: https://in-tendhost.co.uk/universityofleeds/aspx/Home

      Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofleeds/aspx/Home

      Further 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:
      Professional Services Consultancy Framework (Projects under GBP 2.0M).
      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 UKE42

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement
      II.1.4)Information on framework agreement
      Framework agreement with several operators
      maximum number of participants to the framework agreement envisaged: 21

      Duration of the framework agreement

      Duration in years: 4

      Estimated total value of purchases for the entire duration of the framework agreement

      Estimated value excluding VAT: 20 000 000 GBP
      II.1.5)Short description of the contract or purchase(s)
      The University of Leeds is conducting a competitive procurement under the restricted process applicable under the Public Contract Regulations 2015 (‘PCR 2015’) to appoint a number of professional consultants to a Professional Services Consultancy Framework Agreement for construction related services. The professional services are required in relation to the University's capital investment programme for works on projects with a value of up to GBP 2.0M.
      II.1.6)Common procurement vocabulary (CPV)

      710000007120000071300000715000007154100071321000713220007132400071530000712510007993000071220000

      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: yes
      Tenders may be submitted for one or more lots
      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:
      The Framework Agreement will comprise seven Lots across a number of disciplines as listed below:
      Lot 1 — Architectural Services
      Lot 2 — Quantity Surveying Services
      Lot 3 — Building Surveying Services
      Lot 4 — Mechanical Services Engineering and Chartered Mechanical Engineering Services
      Lot 5 — Electrical Services Engineering and Chartered Electrical Engineering Services
      Lot 6 — Interior Design Services
      Lot 7 — AV Installations Engineering Services
      Bidders can apply for one, several, or all Lots.
      The contract form is intended to be JCT Framework Agreement for Consultant Services relating to the design, construction, maintenance, refurbishment and/or operation of a project at various sites, incorporating the required amendments as a minimum.
      A Standard Selection Questionnaire has been developed for the Lots and an Information Memorandum is released along with this Contract Notice to provide interested parties with an overview of the required services in order that they can understand the background to the requirements,
      understand the procurement process being employed for the award of the Framework Agreement, the estimated time frames involved and the tasks to be carried out by those Bidders participating in the tender process; and to
      decide whether they wish to participate in the procurement process.
      II.2.2)Information about options
      Options: yes
      Description of these options: In line with the PCR 2015, the Framework Agreement will be let for a period of not exceeding four (4) years. It is intended that the Framework Agreement will initially operate for two (2) years, with the option to extend, in accordance with the terms of the Framework Agreement, for a further twelve (12) months after year two (2) and a further twelve (12) months in year three (3) (to give a maximum duration of four (4) years in total.
      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: 48 (from the award of the contract)

      Information about lots

      Lot No: 001 Lot title: Architectural Services
      1)Short description
      Applicant must hold Chartered status of the Royal Institute of British Architects (RIBA) or equivalent.
      The University's schedule of service for the Architect is intended to provide a standard approach for engineering and design management services through the project process from inception to completion and will be based on the RIBA plan of Work 2013. The Architects must also allow for attending all relevant project, design, stakeholder Local authority and client meetings, and producing reports as required, including for progress and stage planning purposes.
      2)Common procurement vocabulary (CPV)

      7100000071200000

      3)Quantity or scope
      The Consultant shall take the role of Architect and lead consultant by default for any appointment under this Framework. The Scope of Services which the Consultant shall undertake are all services applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 002 Lot title: Quantity Surveying Services
      1)Short description
      Applicant must hold Chartered status of Royal Institution of Chartered Surveyors (RICS) or equivalent.
      The Consultant shall undertake the role of Quantity Surveying Services for any appointment under this Framework. The QS will also be responsible as part of their services for attending and contributing to the outcome of regular project process, framework and supplier development workshops, away days, meetings and reviews.
      2)Common procurement vocabulary (CPV)

      7132400071000000

      3)Quantity or scope
      The Scope of Services which the Consultant shall undertake are all Core services contained within the Quantity Surveying Services published by the RICS and applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 003 Lot title: Building Surveying Services
      1)Short description
      Applicant must hold Chartered status of the Royal Institution of Chartered Surveyors (RICS) or equivalent.
      The Scope of Services which the Consultant shall undertake are all services applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum.
      The Consultant will be responsible as part of their services for attending and contributing to the outcome of regular project process, framework and supplier development workshops, away days, meetings and reviews.
      2)Common procurement vocabulary (CPV)

      7150000071251000

      3)Quantity or scope
      The Consultant shall take the role of Building Surveyor for any appointment under this Framework. The Scope of Services which the Consultant shall undertake are all services contained within the Section 1 Core Services Items 1.1.1 up to and including section 1.6.3 of the RICS Building Surveyor Services 2008 edition, published by Royal Institution of Chartered Surveyors.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 004 Lot title: Mechanical Services Engineering and Chartered Mechanical Engineering Services
      1)Short description
      Applicant must hold Chartered status of the Royal Institution of Chartered Surveyors (RICS) or equivalent.
      The Scope of Services which the Consultant shall undertake are all services applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum. The Consultant will be responsible as part of their services for attending and contributing to the outcome of regular project process, framework and supplier development workshops, away days, meetings and reviews.
      2)Common procurement vocabulary (CPV)

      710000007132000071321000

      3)Quantity or scope
      The Consultant shall take the role of Mechanical Services for any appointment under this Framework. The Scope of Services which the Consultant shall undertake are all services contained within the Building Services Engineer; ACE Schedule of Services; Part G(b) which should be read in conjunction with the details in the Information Memorandum.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 005 Lot title: Electrical Services Engineering and Chartered Electrical Engineering Services
      1)Short description
      Applicant must hold Chartered status of the Chartered Institute of Building Services Engineers (CIBSE) or Association of Chartered Engineers (ACE) or equivalent.
      The Scope of Services which the Consultant shall undertake are all services applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum. The Consultant will be responsible as part of their services for attending and contributing to the outcome of regular project process, framework and supplier development workshops, away days, meetings and reviews.
      2)Common procurement vocabulary (CPV)

      710000007132000071300000

      3)Quantity or scope
      The Consultant shall take the role of Electrical Services for any appointment under this Framework. The Scope of Services which the Consultant shall undertake are all services contained within the Building Services Engineer; ACE Schedule of Services; Part G(b) which should be read in conjunction with the details in the Information Memorandum.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 006 Lot title: Interior Design services
      1)Short description
      Applicant must hold BA (Hons) in Interior Architecture or Interior Design or equivalent.
      The Scope of Services which the Consultant shall undertake are all services applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum. The Consultant will be responsible as part of their services for attending and contributing to the outcome of regular project process, framework and supplier development workshops, away days, meetings and reviews.
      2)Common procurement vocabulary (CPV)

      7993000071220000

      3)Quantity or scope
      The Consultant shall take the role of Interior Designer for any appointment under this Framework. The Interior Designer should note that their responsibility covers the whole project delivery, so that during each Project Stage in the RIBA Plan of Work 2013, the advance planning of tasks and duties in future stages and strategies that extend beyond the project life cycle, e.g. commissioning, operation, maintenance, replacement and demolition, need to be considered. The full Scope of Services which the Consultant shall undertake are set out in the Information Memorandum.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 007 Lot title: AV Installations Engineering Services
      1)Short description
      Applicant must be able to demonstrate the minimum requirements set out in the Standard Questionnaire including; a minimum of 3 years' experience in an AV Consultant/Designer role, Schematic design of video and audio systems in large scale projects, Strong Project Management skills and experience, Knowledge and Understanding of IP network infrastructure requirements, Specification of products from manufacturers and suppliers, Production of tender documentation and drawings, System testing — Liaison with the client design team to coordinate audio-visual elements in the architecture and Tender response evaluation.
      The Scope of Services which the Consultant shall undertake are all services applicable to their discipline in order to fulfil the University's requirements, which are outlined in the Information Memorandum. The Consultant will be responsible as part of their services for attending and contributing to the outcome of regular project process, framework and supplier development workshops, away days, meetings and reviews.
      2)Common procurement vocabulary (CPV)

      710000005100000051300000

      3)Quantity or scope
      The Consultant shall take the role of AV Installations Engineer for any appointment under this Framework. The Scope of Services which the Consultant shall undertake are all services contained within the Building Services Engineer; ACE Schedule of Services; Part G(b) which should be read in conjunction with UOL Scope of Services as set out in the Information Memorandum.
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      In the event of a group of Contractors submitting an
      acceptable offer, it will be necessary for each member
      of the group to sign an undertaking that each
      company or firm in the group will be jointly and
      severably responsible for the due performance of the
      contract.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint or group bidders shall be jointly and severably liable.
      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: As set out in the Standard Selection Questionnaire (SQ) and Information Memorandum.
      The questions set are considered relevant and proportionate to the complexity and risks associated with the requirements of the Framework.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: As set out in the Standard Selection Questionnaire and Information Memorandum.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      As set out in the Standard Selection Questionnaire and Information Memorandum.
      Minimum level(s) of standards possibly required:
      As set out in the Standard Selection Questionnaire and Information Memorandum.
      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 number of operators: 35
      Objective criteria for choosing the limited number of candidates: The procurement exercise follows a twp phased restricted procedure. Phase 1 (the SQ Phase) is the pre-qualification phase, and will identify a shortlist of a minimum of five (5) consultants per Lot. Phase 2 is the Award Phase. Bidders who are shortlisted at the SQ phase will be invited (in accordance with the ITT) to submit a Tender at Phase 2.
      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:
      Z/2392
      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: 5.4.2017 - 12:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      5.4.2017 - 12:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      5.5.2017
      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
      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: yes
      Reference to project(s) and/or programme(s): At the time of publication of the Contract Notice there is no indication that European Union funds will be financing contracts awarded as a result of this framework agreement however this may be the case over the four year framework period (e.g. ERDF funding).
      VI.3)Additional information
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      High Court of England and Wales
      Royal Courts of Justice, Strand
      WC2A 2LL London
      United Kingdom
      Telephone: +44 2079477882
      Internet address: http://www.justice.gov.uk

      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days,provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any appeals should be promptly brought to the attention of the Head of Procurement of the University at the email address specified in Section I.1) and will be dealt with in accordance with the requirements of the Public Contract Regulations 2015.
      VI.4.3)Service from which information about the lodging of appeals may be obtained

      University of Leeds
      Woodhouse Lane
      LS2 9JT Leeds
      United Kingdom
      E-mail: MThbXWZsallkaG1qW2BZa2FmXzhZXGUmZF1dXGsmWVsmbWM=

      VI.5)Date of dispatch of this notice:
      3.3.2017
    © 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 07.03.2017
Zuletzt aktualisiert 07.03.2017
Wettbewerbs-ID 2-258169 Status Kostenpflichtig
Seitenaufrufe 47