Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from 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:
Pankhurst Project — Project and Cost Management — Consultant Services.
Reference number: 2017/1270/Pankhurst-PM_2017/SJ/SR
II.1.2)Main CPV code
71530000
II.1.3)Type of contract
Services
II.1.4)Short description:
The University of Manchester wishes to appoint a company/companies to deliver Project Management and Cost Management Consultancy services for the Pankhurst Project.
II.1.5)Estimated total value
Value excluding VAT: 400 000.00 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)
71324000
71541000
71000000
II.2.3)Place of performance
NUTS code: UKD3
Main site or place of performance:
II.2.4)Description of the procurement:
The University of Manchester wishes to appoint a company/companies to deliver Project Management and Cost Management Consultancy services for the Pankhurst Project.
This procurement relates to the establishment of the Pankhurst Centre for Research in Health, Technology and Innovation (working title). This is aimed at driving innovation in health, by strengthening the local science asset base.
The Pankhurst centre will be a new centre on Corridor Manchester, but benefiting the whole of GM — reinforcing the unique GM partnerships linked to the devolution of health and social care. The centre and funding will be additionally important to help unlock support from the Government's £2bn Industrial Strategy Challenge Fund (ISCF), on which it is currently consulting.
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
Value excluding VAT: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
The University intends to invite between 5-8 suppliers to participate in the ITT on the basis of the ranking of suppliers at SQ stage at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, as amended will be assessed and marked.
In the event that candidates' scores are tied resulting in the maximum number to be shortlisted (8) being exceeded, a tiebreaker exercise will be conducted by the University. Those suppliers who are tied will be separated by their scores received in the following (in order of precedence):
—
Section 7.2.1
—
Section 7.5.1
—
Section 7.2.2
—
Section 7.5.2
—
Section 7.2.3
—
Section 7.5.3
Candidates who are tied will be first separated by the scores they received for Question 7.2.1 if candidates are still tied, this process will be repeated for the other sections in order as laid out above. This process will continue until the maximum number of candidates to be shortlisted has been reached with no ties.
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: no
II.2.14)Additional information
II.2.6) Estimated value
The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
The contract is estimated to start — 1.10.2017
The contract is estimated to finish — 30.9.2021
Note, the above dates are indicative only.
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:
Please refer to the procurement documents.
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:
III.2.3)Information about staff responsible for the performance of 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
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: 12/06/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 19/06/2017
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:
VI.4)Procedures for review
VI.4.1)Review body
The High Court of Justice of England
Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476336
Fax: +44 2079476807
Internet address:www.hmcourts-service.gov.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within three months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/05/2017