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:
University of Sunderland — Construction Consultants (Architects and Quantity Surveyors)
Reference number: UOS/Architects QS/1117
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The University seeks to develop framework agreements for Architects and Quantity Surveyors to support and work with our Major Capital and Minor Works Frameworks and alongside existing consultant framework agreements.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)
71000000
71200000
71210000
71220000
71240000
71250000
71400000
71500000
71530000
71300000
71310000
71330000
71242000
71246000
II.2.3)Place of performance
NUTS code: UKC23
Main site or place of performance:
II.2.4)Description of the procurement:
The University seeks to develop a framework agreement for 2 years with an option to extend for a further 2 years in annual increments.
It is anticipated that the framework agreement will be with be with 3 Architects.
Value of the Contract.
Under the existing frameworks the Authority has awarded the following commissions and all future work will be subject to funding and the operational needs of each party to this agreement.
These fees are derived from the following projects:-.
1) Student Gateways (R) 1.3M GBP;
2) Shackleton (R) 670K GBP;
3) Hope Steet Xchange (R) 1.8M GBP;
4) Hope Street Xchange (N) 5.7M GBP;
5) Sciences Phase 2 (R) 4.0M GBP;
6) Shackleton Nursing (R) 2.4M GBP;
7) Public Realm (R) 500K GBP;
8. CIR (5No Various Projects – 50-300K)(R) 760K GBP.
(R) Denotes refurbishment (N) Denotes new build
In addition to the above there maybe potential for a Centre for Advanced Manufacture New Build @ 14.3M GBP which progressed to RIBA Stage 2 and was halted at that point and Refurbishments of Fleming and Darwin buildings to support the School of Medicine. This list is not exhaustive and may include further elements as they become know over the life of the framework.
It is therefore anticipated that the total value of commissions awarded under this framework are likely to be in excess of those generated by 30 000 000 GBP of construction works.
For the purpose of this tender award and any subsequent services which may be connected with the original award we reserve the right to spend a further 33 % of the anticipated spend subject to changes in requirement or legislation.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2018
End: 31/03/2022
This contract is subject to renewal: no
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: ERDF, HLF, Arts Council, LEP.
II.2.14)Additional information
Works throughout the duration of the contract maybe subject to funding from the following bodies ERDF, HLF, Arts Council, LEP.
Please note this list is not exhaustive.
II.2)Description
II.2.2)Additional CPV code(s)
71000000
71500000
71300000
71310000
71530000
71330000
71200000
71240000
71242000
71244000
71246000
II.2.3)Place of performance
NUTS code: UKC23
Main site or place of performance:
II.2.4)Description of the procurement:
The University seeks to develop a framework agreement for 2 years with an option to extend for a further 2 years in annual increments.
It is anticipated that the framework agreement will be with be with 3 Quantity Surveyors.
Value of the Contract.
Under the existing frameworks the Authority has awarded the following commissions and all future work will be subject to funding and the operational needs of each party to this agreement.
These fees are derived from the following projects:-.
1) Student Gateways (R) 1.3M GBP;
2) Shackleton (R) 670K GBP;
3) Hope Steet Xchange (R) 1.8M GBP;
4) Hope Street Xchange (N) 5.7M GBP;
5) Sciences Phase 2 (R) 4.0M GBP;
6) Shackleton Nursing (R) 2.4M GBP;
7) Public Realm (R) 500K GBP;
8) CIR (5No Various Projects – 50-300K)(R) 760K GBP.
(R) Denotes refurbishment (N) Denotes new build
In addition to the above there maybe potential for a Centre for Advanced Manufacture New Build @ 14.3M GBP which progressed to RIBA Stage 2 and was halted at that point and Refurbishments of Fleming and Darwin buildings to support the School of Medicine. This list is not exhaustive and may include further elements as they become know over the life of the framework.
It is therefore anticipated that the total value of commissions awarded under this framework are likely to be in excess of those generated by 30 000 000 GBP of construction works.
For the purpose of this tender award and any subsequent services which may be connected with the original award we reserve the right to spend a further 33 % of the anticipated spend subject to changes in requirement or legislation.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2018
End: 31/03/2022
This contract is subject to renewal: no
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: ERDF, HLF, Arts Council, LEP.
II.2.14)Additional information
Works throughout the duration of the contract maybe subject to funding from the following bodies ERDF, HLF, Arts Council, LEP.
Please note this list is not exhaustive.
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
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
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
Open 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: 3
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: no
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: 12/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 12/03/2018
Local time: 13:00
Place:
University of Sunderland.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
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:
09/02/2018