loading
  • GB-M13 9PL Manchester
  • 05.03.2018
  • Ausschreibung
  • (ID 2-291292)

Construction Consultancy Services Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.03.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 10 - max. 10
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Schallschutz, Raumakustik / Umweltverträglichkeitsstudie / Energieplanung/ -beratung / Projektsteuerung / Bauleitung, Objektüberwachung / Sicherheits-/ Gesundheitsschutz / Lichtplanung / Technische Ausrüstung / Kostenmanagement / Bodenmechanik, Erd-/ Grundbau / Vermessung / Objektplanung Freianlagen / Dokumentation / Kontrolle, Monitoring / Design / Objektplanung Innenräume
    Sprache Englisch
    Aufgabe
    The University of Manchester wishes to establish a Construction Consultancy Services Framework consisting of a number of disciplines.
    Leistungsumfang
    Core Clerk of Works Service.
    For full information, please refer to the SQ documentation.
    Adresse des Bauherren UK-M13 9PL Manchester
    TED Dokumenten-Nr. 48731-2018

  • Anzeigentext Ausschreibung

    maximieren

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

      2018/S 023-048731

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The University of Manchester
      Oxford Road
      Manchester
      M13 9PL
      United Kingdom
      Telephone: +44 1612752160
      E-mail: MjE5XV9cUGJfUlpSW2EtWk5bUFVSYGFSXxtOUBtiWA==
      NUTS code: UKD3

      Internet address(es):

      Main address: http://www.manchester.ac.uk

      Address of the buyer profile: http://https://in-tendhost.co.uk/universityofmanchester/aspx/Home

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.in-tendhost.co.uk/universityofmanchester
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.in-tendhost.co.uk/universityofmanchester
      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:

       

      Construction Consultancy Services Framework

       

      Reference number: 2018/1324/ConstructionCons/DS/JB/SR
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The University of Manchester wishes to establish a Construction Consultancy Services Framework consisting of a number of disciplines.

       

      II.1.5)Estimated total value
      Value excluding VAT: 60 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 12
      Maximum number of lots that may be awarded to one tenderer: 12
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Suppliers can bid for all lots except when bidding for lots 5 and 7. If suppliers wish to bid for lot 5, they cannot bid for lot 7 and vice versa.

      Failure to comply with these instructions will result in your submission for lots 5, 6 and 7 to be treated as non-compliant and will therefore not be assessed.

       

      II.2)Description
      II.2.1)Title:

       

      Architectural Services — Construction costs up to 2m GBP

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      71317210
      79932000
      71313100
      71630000
      71420000
      71356400
      71351914
      90000000
      71351810
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Architectural Services, supplementary services may also include:

      — Principal Designer,

      — Interior Designer,

      — Acoustic Engineer,

      — DDA Access Consultant,

      — Landscape Architect,

      — Artificial Sports Surfaces Design,

      — BIM Co-ordinator,

      — BIM Information Manager,

      — Building Control/Approved Inspector,

      — Planning Consultant,

      — Property Preservation Consultant,

      — Heritage Consultant,

      — Archaeology Consultant,

      — Drainage Consultant,

      — Topographical Surveys.

      This lot covers architectural services for projects with a construction value up to 2m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Architectural Services Construction costs between 2 000 001 GBP to 10m GBP

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71200000
      71317210
      79932000
      71313100
      71630000
      71420000
      71356400
      71351914
      90000000
      71351810
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester.

       

      II.2.4)Description of the procurement:

       

      Core Architectural Services, supplementary services may also include:

      — Principal Designer,

      — Interior Designer,

      — Workplace Design,

      — Acoustic Engineer,

      — DDA Access Consultant,

      — BREEAM Assessor,

      — BREEAM Accredited Professional,

      — Landscape Architect,

      — Artificial Sports Surfaces Design,

      — Façade Consultant,

      — FF&E Consultant,

      — Master Planner,

      — BIM Co-ordinator,

      — BIM Information Manager,

      — Fire Engineer,

      — Building Control/Approved Inspector,

      — Planning Consultant,

      — Property Preservation Consultant,

      — Heritage Consultant,

      — Archaeology Consultant,

      — Drainage Consultant,

      — Environment Consultant,

      — Topographical Surveys,

      — Technical Advisor (retained or appointed by Client for D&B).

      Possible novation to one of the University’s Construction Framework Contractors for Design and Build contracts.

      This lot covers architectural services for projects with a construction value between 2 000 001 GBP to 10m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Cost Consultancy Services — Construction costs up to 2m GBP

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71324000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Cost Consultancy Services.

      This lot covers cost consultancy services for projects with a construction value up to 2m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Cost Consultancy Services — Construction costs between 2 000 001 GBP to 10m GBP

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71324000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Cost Consultancy Services.

      Supplementary services may also include:

      — Employer’s Agent.

      This lot covers cost consultancy services for projects with a construction value between 2 — 10m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Project Management Consultancy Services — Construction costs up to 2m GBP

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      72224000
      71541000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Project Management, Client Representative and combined Project Management/Client Representative Service.

      This lot covers project management consultancy services for projects with a construction value up to 2m GBP.

      For full information, please refer to the SQ documentation.

      Please note, suppliers are not able to bid for both lots 5, and 7. If a supplier wishes to bid for Lot 5, they are not able to bid for lot 7 and vice versa.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Project Management Consultancy Services — Construction costs between 2 000 001 GBP to 10m GBP

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71541000
      72224000
      71520000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Project Management, Client Representative and combined Project Management/Client Representative Service.

      Supplementary services may also include:

      — Employers Agent,

      — NEC Project Manager,

      — NEC Supervisor.

      This lot covers project management services for projects with a construction value between 2-10m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Project Management with full Design and Consultant Team Services Construction costs over 10m GBP but reserve the option to use on projects between 5m GBP — 10m GBP

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      72224000
      71541000
      71324000
      71000000
      71200000
      71210000
      79933000
      71321000
      71334000
      71314000
      71314200
      71314300
      71312000
      71311000
      71311100
      71313100
      71420000
      79934000
      75251110
      71318100
      71313200
      79930000
      72150000
      79710000
      72000000
      79950000
      71332000
      71313000
      71351914
      90000000
      71311210
      71311220
      71351810
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Project Management and Cost Management Services with the procurement of Design Services after appointment of the PM/CM.

      Design Services including:

      — Architecture,

      — Principal Designer,

      — Interior Designer,

      — Workplace Design,

      — Design Manager,

      — Mechanical and Electrical,

      — Energy Design Consultant,

      — Civil/Structural Engineering,

      — Acoustic Engineer,

      — DDA Access Consultant,

      — Landscape Architect,

      — Façade Consultant,

      — FF&E Consultant,

      — Fire Engineer,

      — Lighting Design,

      — AV and Sound System Design,

      — Theatre Design,

      — ICT Infrastructure Design,

      — Security and Access Design,

      — Utilities Design and Planning,

      — Exhibition Designer,

      — Workshop Designer,

      — Property Preservation Consultant,

      — Specialist Geotechnical and Structural Services,

      — Wind Engineering,

      — Heritage Consultant,

      — Archaeology Consultant,

      — Drainage Consultant,

      — Highways/Transport Engineer,

      — Artificial Sports Surfaces Design,

      — Environment Consultant,

      — Technical Advisor (designers retained or appointed by Client for D&B).

      Possible novation of designers to one of the University’s Construction Framework Contractors for Design and Build contracts supplementary services may also include:

      — Employers Agent,

      — Building Control/Approved Inspector,

      — Planning Consultant,

      — Master Planner,

      — BREEAM Assessor,

      — BREEAM Accredited Professional,

      — BIM Co-ordinator,

      — BIM Information Manager,

      — NEC Project Manager,

      — NEC Supervisor,

      — Clerk of Works,

      — Topographical Surveys,

      — Site Investigation (bore holes/trial holes).

      For full information, please refer to the SQ documentation.

      Please note, suppliers are not able to bid for both lots 5, and 7. If a supplier wishes to bid for Lot 5, they are not able to bid for lot 7 and vice versa.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Building Surveying Services — Construction costs up to 5m GBP

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71315300
      71250000
      79932000
      71313100
      71630000
      71631000
      71351914
      90000000
      71313000
      71313420
      71313400
      71420000
      71400000
      79934000
      75251110
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Building Surveying Services.

      Supplementary services may also include:

      — Principal Designer,

      — Interior Designer,

      — Acoustic Engineer,

      — DDA Access Consultant,

      — Building Control/Approved Inspector,

      — Planning Consultant,

      — Property Preservation Consultant,

      — Heritage Consultant,

      — Archaeology Consultant,

      — Drainage Consultant,

      — Environment Consultant,

      — BREEAM Assessor,

      — BREEAM Accredited Professional,

      — Landscape Architect,

      — Artificial Sports Surfaces Design,

      — Façade Consultant,

      — FF&E Consultant,

      — BIM Co-ordinator,

      — BIM Information Manager,

      — Fire Engineer.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Mechanical and Electrical Engineering Services — Construction costs up to 2m GBP

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71333000
      71334000
      71313100
      71318100
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core M&E Engineering Service.

      Supplementary services may also include:

      — Principal Designer,

      — Acoustic Engineer,

      — Lighting Design,

      — BREEAM Assessor,

      — BREEAM Accredited Professional.

      Fees will generally be calculated on the M&E value within the construction cost.

      This lot covers M&E services for projects with a construction value up to 2m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Mechanical and Electrical Engineering Services — Construction costs between 2 000 001 GBP to 10m GBP

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71333000
      71334000
      71321000
      71314000
      71314300
      71313100
      71318100
      71313200
      72150000
      71240000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core M&E Engineering Service.

      Supplementary services may also include:

      — Principal Designer,

      — Energy Design Consultant,

      — Acoustic Engineer,

      — Lighting Design,

      — AV and Sound System Design,

      — Theatre Design,

      — ICT Infrastructure Design,

      — Security and Access Design,

      — Utilities Design and Planning,

      — BREEAM Assessor,

      — BREEAM Accredited Professional,

      — Technical Advisor (retained or appointed by Client for D&B).

      Fees will generally be calculated on the M&E value within the construction cost.

      Possible novation to one of the University’s Construction Framework Contractors for Design and Build contracts.

      This lot covers M&E services for projects with a construction value between 2-10m GBP.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Structural and Civil Engineering Services — Construction costs up to 10m GBP

       

      Lot No: 11
      II.2.2)Additional CPV code(s)
      71312000
      71311000
      90000000
      71240000
      71356400
      71311210
      71311220
      71314000
      71314200
      71332000
      71510000
      71351500
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Structural and Civil Engineering Service.

      Supplementary services may also include:

      — Principal Designer,

      — Drainage Consultant,

      — Highways/Transport Engineer,

      — Façade Engineer,

      — Wind Engineering,

      — Specialist Geotechnical and Structural Services,

      — Site Investigation (bore holes/trial holes),

      — Technical Advisor (retained or appointed by Client for D&B).

      Fees will generally be calculated on the SE/CE value within the construction cost for refurbishment projects. For new build projects, fees will be calculated on the construction cost.

      Possible novation to one of the University’s Construction Framework Contractors for Design and Build contracts.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      NEC Supervisor Services — Construction costs over 5m GBP

       

      Lot No: 12
      II.2.2)Additional CPV code(s)
      71520000
      71300000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core NEC Supervisor Service.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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)Description
      II.2.1)Title:

       

      Clerk of Works Services — Construction costs up to 10m GBP

       

      Lot No: 13
      II.2.2)Additional CPV code(s)
      71500000
      71520000
      71530000
      II.2.3)Place of performance
      NUTS code: UKD3
      Main site or place of performance:

       

      The University of Manchester

       

      II.2.4)Description of the procurement:

       

      Core Clerk of Works Service.

      For full information, please refer to the SQ documentation.

       

      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: no
      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:

       

      The University intends to invite 10 suppliers, per lot, to participate in the formal ITT stage 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 will be assessed and marked.

       

      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

      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:
      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 65
      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
      Notice number in the OJ S: 2017/S 212-440433
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 05/03/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 10/04/2018
      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
      VI.3)Additional information:

       

      II.1.5 — Estimated total value

      The value given is the best estimate at this given time based on the anticipated construction spend profile over the life of the Framework. Please refer to the SQ documentation for further information.

      IV.1.3) Information about a framework agreement or a dynamic purchasing system — Envisaged maximum number of participants to the framework agreement:

      — It is envisaged that a maximum of 5 suppliers will be appointed to each lot, this will mean a maximum of 65 suppliers across the entire framework.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of Justice of England
      Strand
      London
      WC2A 2LL
      United Kingdom

      Internet address:https://in-tendhost.co.uk/universityofmanchester/aspx/Home

      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
      The University of Manchester
      Oxford Road
      Manchester
      M13 9PL
      United Kingdom
      Telephone: +44 1612752160
      E-mail: MjEwZmhlWWtoW2NbZGo2Y1dkWV5baWpbaCRXWSRrYQ==

      Internet address:https://in-tendhost.co.uk/universityofmanchester/aspx/Home

      VI.5)Date of dispatch of this notice:
      31/01/2018
    © 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 02.02.2018
Zuletzt aktualisiert 02.02.2018
Wettbewerbs-ID 2-291292 Status Kostenpflichtig
Seitenaufrufe 64