Clerk of Works Appointment Northampton
The University wishes to procure the Appointment of a Clerk of Works in respect of the construction of the University’s Waterside Campus Development.
United Kingdom-Northampton: Architectural, construction, engineering and inspection services
2015/S 238-432570
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The University of Northampton
Park Campus, Boughton Green Road
Contact point(s): https://in-tendhost.co.uk/universityofnorthampton/
For the attention of: Julia Gough
NN2 7AL Northampton
UNITED KINGDOM
Telephone: +44 1604892663
E-mail: julia.gough@northampton.ac.uk
Fax: +44 1604722106
Internet address(es):
General address of the contracting authority: http://www.northampton.ac.uk/
Address of the buyer profile: https://in-tendhost.co.uk/universityofnorthampton/
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 UKF23
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)
The Development will create a new campus for the University’s ever-widening community, in the heart of Northampton. The Waterside Campus is intended to open in September 2018 and will provide state-of-the-art academic facilities for 15 000 students, residential facilities for 1 200 students and leisure facilities open to the community. The Development involves the transformation of a 58 acre brownfield site in Northampton’s Waterside Enterprise Zone.
Further details of the Development and the Clerk of Works Appointment are set out in the Pre-Qualification Questionnaire (PQQ).
II.1.6)Common procurement vocabulary (CPV)
71000000, 71200000, 71630000, 71248000, 71247000, 71540000, 71520000, 71530000
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:
1. Buildings:
Substructure/Superstructure/Internal Fit out/Externals hard and soft landscape and the public realm/Installation of fixed and loose FF and E.
2. Mechanical and Electrical (Building):
To assist the Building C.O.W with the internal and external mechanical and electrical elements for the buildings and will include witnessing of the testing and commissioning works for handover of the building.
3. Infrastructure:
Site wide remediation/Civil Engineering and Highways/Vehicular Bridge and pedestrian foot bridge/Drainage.
4. Mechanical and Electrical (External Site Wide):
Site wide utilities (gas/electric/water/communications). Energy Centre and district heating, as well as the witnessing of the testing and commissioning.
Estimated value excluding VAT: 400 000 GBP
II.2.2)Information about options
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
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: Please refer to the PQQ referred to above.
III.2.3)Technical capacity
As set out in the PQQ.
Minimum level(s) of standards possibly required:
Please refer to the PQQ referred to above.
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 set out in PQQ.
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
A copy of the PQQ and tender documents for this procurement can be obtained at: https://intendhost.co.uk/universityofnorthampton/
Further information in relation to the site wide design is available on request. Applicants should request such information by submitting a clarification via the In-Tend portal at: https://intendhost.co.uk/universityofnorthampton/
In accordance with the requirements of the Public Contracts Regulations 2015, the PQQ and the tender documents are being made available to Applicants from the date of issue of this OJEU Notice. However, interested Applicants are initially only required to submit a completed PQQ by the deadline stated in Section IV.3.4) of this Notice. Only those Applicants that are shortlisted for the tender stage following the PQQ evaluation will be required to submit a tender for the Appointment in response to the Invitation to Tender (ITT).
The University reserves the right to cancel the procurement and not to proceed with all or part of the Appointment.
The University will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their PQQ or tender submissions.
VI.4.1)Body responsible for appeal procedures
High Court
Body responsible for mediation procedures
High Court
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
VI.5)Date of dispatch of this notice: