Building Refurbishment Design Team Appointment Loughborough University
This is a major building project forming part of the West Park Campus development that shall refurbish and upgrade 2 linked 1960’s buildings that provide an academic environment for science and engineering learning and research.
United Kingdom-Loughborough: Building consultancy services
2015/S 094-170042
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Loughborough University
For the attention of: Cherine Harrison
LE11 3TU Loughborough
UNITED KINGDOM
Telephone: +44 1509222015
E-mail: c.harrison@lboro.ac.uk
Internet address(es):
General address of the contracting authority: www.lboro.ac.uk
Electronic access to information: http://www.in-tendhost.com/loughborouni/
Electronic submission of tenders and requests to participate: http://www.in-tendhost.com/loughborouni/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKF22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Key elements of the works shall include:
— General re-decoration and refurbishment works.
— Upgrading of the building envelope to improve thermal efficiency.
— Replacement of all existing electrical and mechanical building services.
— Changes to the internal layout to make the buildings more legible.
— Relocation of facilities to suit current departmental structures.
The construction works shall take place in phases whilst the building is occupied. An essential duty of all members of the consultant team will be to contribute to the development of a decant and phasing strategy that will enable the works to take place with minimal disruption to the buildings’ occupants.
We are looking to appoint the below mentioned disciplines to assist with the procurement of this development. These services could be provided by a number of specialist practices, consortium or by a multi–disciplinary practice.
— Architect.
— Quantity Surveyor and Lead Consultant.
— Structural Engineer.
— Building Services Engineer.
— SWMP and CDM Co-ordinator.
II.1.6)Common procurement vocabulary (CPV)
71315200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Architect
2)Common procurement vocabulary (CPV)
71315200
Lot No: 2Lot title: Quantity Surveyor/Lead Consultant (Principal Designer)
2)Common procurement vocabulary (CPV)
71315200
Lot No: 3Lot title: Structural Engineer
2)Common procurement vocabulary (CPV)
71315200
Lot No: 4Lot title: Building Services Engineer
2)Common procurement vocabulary (CPV)
71315200
Lot No: 5Lot title: SWMP and CDM Advisor
2)Common procurement vocabulary (CPV)
71315200
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated within the Pre Qualification Questionnaire (PQQ)
Bidders must have a minimum annual turnover of:
Architect Turnover 2 200 000 GBP;
Structural Engineer Turnover 702 000 GBP;
Building Services Engineer Turnover 621 000 GBP;
QS/Lead Consultant Turnover 577 800 GBP;
CDM Advisor Turnover 135 000 GBP.
III.2.3)Technical capacity
As stated within the Pre Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
As stated within the Pre Qualification Questionnaire (PQQ).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As stated within the Pre Qualification Questionnaire (PQQ)
A minimum / maximum number of 5 Bidders per Lot will be selected to participate in the ITT Stage subject to sufficient numbers participating.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Notice number in the OJEU: 2015/S 76-134242 of 18.4.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers interested in applying for PQQ documents must do so by applying on line at the address stated in I.1 and repeated again below:http://www.in-tendhost.com/loughborouni/
VI.5)Date of dispatch of this notice: