Building Surveying Consultancy Services Birmingham
Framework Agreement for the provision of Building Surveying Lead Consultant, Contract Administrator and Building Surveying Consultancy Services.
United Kingdom-Birmingham: Building surveying services
2016/S 179-321614
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Birmingham
uk
Procurement Division, Aston Webb ‘B’ Block, Edgbaston
Contact point(s): http://in-tendhost.co.uk/universityofbirmingham
For the attention of: Matt Home
B15 2TT Birmingham
United Kingdom
Telephone: +44 1214143648
E-mail: M.Home@bham.ac.uk
Fax: +44 1214143499
Internet address(es):
General address of the contracting authority: http://www.birmingham.ac.uk/index.aspx
Address of the buyer profile: http://in-tendhost.co.uk/universityofbirmingham
Electronic access to information: http://in-tendhost.co.uk/universityofbirmingham
Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/universityofbirmingham
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 UKG3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Typically, the duties required will be for projects in their entirety from RIBA Work Stage A through to Work Stage L, but on occasion Consultants may be required to provide limited services only, for example to undertake Work Stage A duties on a project feasibility exercise. Potential projects could relate to new build projects or work to any of the University’s 200 plus existing buildings that form the diverse University property portfolio. These buildings cater for many specialised uses and functions including medical research, mechanical and electrical engineering, commercial facilities, teaching laboratories and residential accommodation.
II.1.6)Common procurement vocabulary (CPV)
71315300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)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
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
Description of 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: The University requires that Tenderers must meet certain minimum standards in terms of Financial and Economic Standing and Technical and Professional Abilities.
If your organisation does not meet the minimum standards your response to the tender will not be considered.
The minimum standards required for this Tender are published on In-Tend
It is recommended that you confirm that you are able to confirm compliance and that your organisation meets the minimum standards as appropriate before you commence completion of the documentation.
Please note that the university’s evaluation team will review your response to the Minimum Standards before any activities are undertaken to evaluate any other part of the response.
If your organisation fails to meet the minimum standards your response will be declined and no further evaluation of your response will be undertaken.
III.2.3)Technical capacity
As set out in the Pre Qualification Questionnaire and Information to Tenderers.
Minimum level(s) of standards possibly required:
The University requires that Tenderers must meet certain minimum standards in terms of Financial and Economic Standing and Technical and Professional Abilities.
If your organisation does not meet the minimum standards your response to the tender will not be considered.
The minimum standards required for this Tender are published on In-Tend
It is recommended that you confirm that you are able to confirm compliance and that your organisation meets the minimum standards as appropriate before you commence completion of the documentation.
Please note that the university’s evaluation team will review your response to the Minimum Standards before any activities are undertaken to evaluate any other part of the response.
If your organisation fails to meet the minimum standards your response will be declined and no further evaluation of your response will be undertaken.
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
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.3.3)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
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): The required Services may be funded by The European Research Development Fund, The Heritage Lottery Fund, HEFCE and other Funding Bodies.
VI.3)Additional information
All documentation is to be submitted electronically only, all Documentation is available upon registration at http://in-tendhost.co.uk/universityofbirmingham
VI.5)Date of dispatch of this notice:
Related Posts
United Kingdom Holocaust Memorial International Design Competition
Multi Discipline Construction Project Management Service for MOD
English Heritage Quantity Surveyor Framework 2016 – 2020
Crown Commercial Service Project Management Framework