North Eastern Universities Construction Professional Services Framework
The 5 institutions in the North-East of the NEUPC’s geographical coverage are seeking to establish a Framework Agreement for construction related Professional Services.
United Kingdom-Leeds: Architectural, construction, engineering and inspection services
2018/S 047-103323
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Contact person: Michael McGill
Telephone: +44 7775339236
E-mail: m.mcgill@leeds.ac.uk
NUTS code: UKE42
Address of the buyer profile: http://www.neupc.ac.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction Professional Services Framework Agreement for North-Eastern Universities
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The 5 institutions in the North East of the NEUPC’s geographical coverage are seeking to establish a Framework Agreement for construction related Professional Services, including but not limited to PM, QS, Architect, Structural, Building Services and Building Surveying. This collaboration between Newcastle, Durham, Northumbria, Sunderland and Teesside Universities (NE Universities) shall facilitate schemes with a construction value of up to and over the value of GBP 50 000 000. The framework contains 2 main lots that are Architect and Project Manager led, with the intention being that each of these main disciplines will be responsible for providing all other required disciplines for the scheme in question (e.g. quantity surveyor, structural engineering, mechanical engineer, etc.). In addition to the above 2 lots, Financial Advisory Services in relation to DBFO type schemes has also been identified as a specialist resource that is required in relation to certain schemes.
II.1.5)Estimated total value
II.1.6)Information about lots
Consultants may bid for any/all of the following Lots:
— Lot 1: Project Management Related Services.
— Lot 2: Architect & Design Team Related Services (GBP 0 to GBP 4 000 000 (Construction Cost (ex VAT))).
— Lot 3: Architect & Design Team Related Services (GBP 4 000 000+ (Construction Cost (ex VAT))).
— Lot 4: Financial Advisory Services.
There is no restriction on the number of Lots they can be awarded.
II.2.1)Title:
Project Management Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northumberland and Tyne and Wear,Tees Valley and Durham.
II.2.4)Description of the procurement:
The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.
Lot 1 is for Project Management Related Services, including but not limited to Project Manager, Contract Administrator, Cost Management, Principal Designer, BIM Information Manager, BIM Co-ordinator, Building Surveyor, Clerk of Works, Breeam Advisor, Planning Advice.
Proposals can only be submitted by the Project Manager, for Project Management led teams that include the above disciplines/services. Proposals that are submitted for individual disciplines will not be considered.
It is intended that this Lot will be awarded to up to 6 Consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that up to the 12 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 6 highest scoring bidders from the tender stage will then be awarded to Lot 1 of the Framework.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will operate for five years duration at which time NEUPC reserves the right to invoke an extension period of up to two additional twelve month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.13)Information about European Union funds
II.2.14)Additional information
Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
Full details of Lot 1 and the tender requirements can be found in the published tender documentation.
II.2.1)Title:
Architect & Design Team Related Services (GBP 0 to GBP 4 000 000 (Construction Cost (ex VAT))
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northumberland and Tyne and Wear,Tees Valley and Durham.
II.2.4)Description of the procurement:
The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.
Lot 2 is for Architectural and Design Related Services, including but not limited to Architect, Building Services, Civil & Structural Design, Principal Designer, BIM Information Manager, BIM Co-ordinator, Clerk of Works, BREEAM Advisor, Planning Advice.
Proposals can only be submitted by the lead Architect, for Architect led teams that include the above disciplines/services. Proposals that are submitted for individual disciplines will not be considered.
It is intended that this Lot will be awarded to up to 6 Consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that up to the 12 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 6 highest scoring bidders from the tender stage will then be awarded to Lot 2 of the Framework.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will operate for 5 years duration at which time NEUPC reserves the right to invoke an extension period of up to 2 additional 12 month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.13)Information about European Union funds
II.2.14)Additional information
Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
Full details of Lot 2 and the tender requirements can be found in the published tender documentation.
II.2.1)Title:
Architect & Design Team Related Services (£4m+ (Construction Cost (ex VAT))
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northumberland and Tyne and Wear,Tees Valley and Durham.
II.2.4)Description of the procurement:
The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.
Lot 3 is for Architectural and Design Related Services, including but not limited to Architect, Building Services, Civil & Structural Design, Principal Designer, BIM Information Manager, BIM Co-ordinator, Clerk of Works, BREEAM Advisor, Planning Advice.
Proposals can only be submitted by the lead Architect, for Architect led teams that include the above disciplines/services. Proposals that are submitted for individual disciplines will not be considered.
It is intended that this Lot will be awarded to up to 6 Consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that up to the 12 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 6 highest scoring bidders from the tender stage will then be awarded to Lot 3 of the Framework.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will operate for 5 years duration at which time NEUPC reserves the right to invoke an extension period of up to 2 additional 12 month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.13)Information about European Union funds
II.2.14)Additional information
Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
Full details of Lot 3 and the tender requirements can be found in the published tender documentation.
II.2.1)Title:
Financial Advisory Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Northumberland and Tyne and Wear,Tees Valley and Durham.
II.2.4)Description of the procurement:
The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.
Lot 4 is for the provision of Financial Advisory Services, covering the following areas:
1. Providing financial advice from feasibility to delivery of on and off balance sheet solutions for HEIs to finance capital assets;
2. Providing support to a HEI to generate finance for capital projects other than through on or off balance sheet debt finance for example re-structuring or bringing in JV partners;
3. Providing experience to support HEIs refinance capital asset;
4. Providing full negotiation support on all commercial aspects on the above;
5. Providing commercial programme and project management support for the above projects;
6. Providing procurement support to all commercial elements of the projects (including design, build, finance and operate elements of a capital project, both individually and as a single DBFO contract);
7. Providing private sector overall bid direction on DBFO projects for HEIs to demonstrate a full understanding of similar projects from a bid perspective.
It is intended that this Lot will be awarded to up to 3 Consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that up to the 6 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 3 highest scoring bidders from the tender stage will then be awarded to Lot 4 of the Framework.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will operate for 5 years duration at which time NEUPC reserves the right to invoke an extension period of up to 2 additional 12 month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.13)Information about European Union funds
II.2.14)Additional information
Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
Full details of Lot 4 and the tender requirements can be found in the published tender documentation.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
NEUPC reserves the right to request a parent company guarantee of performance and financial liability.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Participating consortia and members.
The bodies that may utilise this agreement include:
— Newcastle Science Central LLP,
— Newcastle University,
— Durham University,
— The University of Sunderland,
— Teesside University,
— Northumbria University.
EU funding:
This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to:
1. European Regional Development Fund (ERDF) or
2. European Structural and Investment Fund (ESIF) or
3. Research Councils UK (RCUK), the strategic partnership of the UK’s 7 Research Councils.
Call off methods:
Call-offs may be made by direct award or mini competition. Full details of the Call-off methods can be found in the published tender documents.
Institutions opting out of the Public Contracts Regulations and / or their partners that access this agreement are not bound by the call-off procedures which apply to Contracting Authorities.
Office relocation.
NEUPC will shortly be moving to new premises. The new address is provided below for your reference:
NEUPC Ltd
3rd Floor
Phoenix House.
South Parade,
Leeds.
LS1 5QX.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DZ4JS336VH
GO Reference: GO-201836-PRO-12020743.
VI.4.1)Review body
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
VI.4.2)Body responsible for mediation procedures
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
VI.4.4)Service from which information about the review procedure may be obtained
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
VI.5)Date of dispatch of this notice:
Read More
YORconsult2 North and East Area Consultants Framework 2018
Moray Council Planned Maintenance Contract
Estates and Facilities Day Rate Tradesmen – South West Yorkshire
Office Fit Out Services for General Medical Council
Specialist in Listed Building Project Work – Milton Keynes Council