University of Manchester Construction Consultancy Services Framework
12 Lots. Architectural Services — Construction costs up to 2m GBP – Lot No: 1.
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
Oxford Road
Manchester
M13 9PL
United Kingdom
Telephone: +44 1612752160
E-mail: procurement@manchester.ac.uk
NUTS code: UKD3
Address of the buyer profile: http://https://in-tendhost.co.uk/universityofmanchester/aspx/Home
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction Consultancy Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about 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.2.1)Title:
Architectural Services — Construction costs up to 2m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architectural Services Construction costs between 2 000 001 GBP to 10m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cost Consultancy Services — Construction costs up to 2m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cost Consultancy Services — Construction costs between 2 000 001 GBP to 10m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Project Management Consultancy Services — Construction costs up to 2m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Project Management Consultancy Services — Construction costs between 2 000 001 GBP to 10m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
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
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Building Surveying Services — Construction costs up to 5m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical and Electrical Engineering Services — Construction costs up to 2m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical and Electrical Engineering Services — Construction costs between 2 000 001 GBP to 10m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Structural and Civil Engineering Services — Construction costs up to 10m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
NEC Supervisor Services — Construction costs over 5m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Clerk of Works Services — Construction costs up to 10m GBP
II.2.2)Additional CPV code(s)
II.2.3)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
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
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
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.1)Previous publication concerning this procedure
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.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.4.1)Review body
Strand
London
WC2A 2LL
United KingdomInternet address:https://in-tendhost.co.uk/universityofmanchester/aspx/Home
VI.4.3)Review procedure
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
Oxford Road
Manchester
M13 9PL
United Kingdom
Telephone: +44 1612752160
E-mail: procurement@manchester.ac.ukInternet address:https://in-tendhost.co.uk/universityofmanchester/aspx/Home
VI.5)Date of dispatch of this notice:
Read More
NHS NOE CPC Framework Agreement for Estates Consultancy Services
Requirement for Construction Procurement Specialist
Construction Trades Dynamic Purchasing System (Approved List)
Principal Contractor 2018 European Championships