Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about 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 authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
1993/PB Cost Consultant for Translational Energy Research Centre (TERC)
Reference number: 1993/PB
II.1.2)Main CPV code71530000
II.1.3)Type of contractServices
II.1.4)Short description:
The University of Sheffield (UoS) will establish a national Translational Energy Research Centre (TERC) at the (Advanced Manufacturing Research Campus) AMRC in the Innovation District. We require a Cost Consultant (Manager) who's principlal role consists of: This Cost Management services appointment involves the provision of cost management services, cost planning, cost forecasting, whole life cost, cost in use analysis, management control and reporting and is to include for building engineering services for University Projects.
II.1.5)Estimated total valueValue excluding VAT: 75 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKE32
Main site or place of performance:
II.2.4)Description of the procurement:
The University of Sheffield (UoS) will establish a national Translational Energy Research Centre (TERC) at the (Advanced Manufacturing Research Campus) AMRC in the Innovation District. In line with both regional and national innovation priorities TERC will provide facilities to develop low carbon technologies as both individual processes and as part of integrated energy systems. This will be achieved by installing renewable energy generation, bioenergy and smart grid equipment in, and bringing an enhanced Pilot-Scale Advanced CO2-Capture Technology facility to, a bespoke building. The building will be circa 1 600 m2 with 400 m2 of covered external storage and 900 m2 of external area for equipment plis associated car parking, service yard and landscaping. Their will be circa 20-24 pieces of equipment. The approximate value of the construction works is 4 000 000 GBP for the base build plus 2 000 000 GBP for the shell enhancement for the supply and connection of services to the research equipment. Principal role 1.1.1. This Cost Management services appointment involves the provision of cost management services, cost planning, cost forecasting, whole life cost, cost in use analysis, management control and reporting and is to include for building engineering services for University Projects. 1.1.2 The Cost Manager will take full responsibility for the delivery of the project within the approved budget and any subsequent agreed amendments including associated cost for professional fees, FFE, department equipment, locks and lock cylinders, firefighting equipment, VAT assessments and payments including identification of and application of zero rated aspects for the project. 1.1.3 At each Work Stage, provide direct input and support to the project team in respect of project programming, construction and logistics planning as required.
II.2.5)Award criteriaPrice 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 systemStart: 03/09/2018
End: 31/12/2020
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: European Regional Development Fund
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 registersList and brief description of conditions:
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 procedureRestricted 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 participateDate: 13/07/2018
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHigh Court
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:13/06/2018