Mechanical and Electrical Consultancy Services Framework
The Contracting Authority will host a ‘Supplier Information Day’ Friday, 22.4.2016 at Lancaster University.
United Kingdom-Lancaster: Engineering design services for mechanical and electrical installations for buildings
2016/S 059-099966
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Lancaster University
Bailrigg Campus
For the attention of: Jessica Mottershaw
LA1 4YW Lancaster
UNITED KINGDOM
E-mail: j.mottershaw@lancaster.ac.uk
Internet address(es):
General address of the contracting authority: www.lancaster.ac.uk
Address of the buyer profile: http://www.lancaster.ac.uk/procurement/category-management/categories
Further information can be obtained from: Lancaster University
Bailrigg Campus
Contact point(s): Jessica Mottershaw via In-Tend Portal
LA1 4YW Lancaster
UNITED KINGDOM
Internet address: https://in-tendhost.co.uk/lancaster/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Lancaster University
Bailrigg Campus
Contact point(s): Jessica Mottershaw via In-Tend Procurement Portal
LA1 4YW Lancaster
UNITED KINGDOM
E-mail: j.mottershaw@lancaster.ac.uk
Internet address: https://in-tendhost.co.uk/lancaster/
Tenders or requests to participate must be sent to: Lancaster University
Bailrigg Campus
Contact point(s): Jessica Mottershaw via In-Tend Procurement Portal
LA1 4YW Lancaster
UNITED KINGDOM
Internet address: https://in-tendhost.co.uk/lancaster/
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 UKD4
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
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It is anticipated that services to be delivered under this Framework will be part funded by the European Regional Development Fund Programme 2014 to 2020. The Contracting Authority (Lancaster University) is inviting Economic Operators to participate in this Restricted procurement process with the aim of establishing an Mechanical and Electrical Consultancy Services Framework to support the Authority’s projected capital spend of over 159 000 000 GBP over the next 4 years.
For full details, please refer to the procurement documents available at https://in-tendhost.co.uk/lancaster
Economic Operators may apply for any or all Lots (1-3). If less than 4 Economic Operators meet the requirements to get on each Framework Lot, the Contracting Authority reserves the right to proceed to establish the Framework with less than 4 Economic Operators on each Lot or to cancel the procurement of that Lot. The maximum number of Economic Operators awarded a place on each Lot may increase only where 2 or more Economic Operators have tied scores, and are jointly placed in the last position (4th) in respect of each Lot.
The Contracting Authority will host a ‘Supplier Information Day’ Friday, 22.4.2016 commencing 10:30 at Lancaster University, Bailrigg Campus, Lancaster, LA1 4YW, UK. Attendance is optional, however, it is highly recommended that attendees have read all published procurement documents ahead of attending the Supplier Information Day. The aim of this session is to provide attendees with an overview of the University, their requirements, the procurement process, the e-tendering system and to respond to any questions attendees may wish to ask about any aspect of the tender or process.
Questions (anonymised) and their answers will be documented and shared publicly via the In-Tend clarification function. The expected duration is approximately 2 hours. Attendees will be able to explore the campus grounds afterwards but this is likely to be unaccompanied. A maximum of 2 attendees per Economic Operator is permitted to attend.
Suppliers must register your intention to attend via the In-Tend ‘correspondence’ function by close of business Tuesday, 19.4.2016.
II.1.6)Common procurement vocabulary (CPV)
71321000, 71334000
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:
The Framework will run for a period of 2 years with a further 2 12-month options to extend — total possible duration of 4 years. The collective Framework procurement documents consist of and so refer to 4 Lots, and the Contracting Authority aims to appoint 4 Economic Operators to each Framework Lot.
Estimated value excluding VAT:
Range: between 2 000 000 and 5 000 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1: 0-4 000 000 GBP
1)Short description
This Lot will cover Mechanical and Engineering Services for potential projects within the value band of 0-4 000 000 GBP. The Framework will run for a period of 2 years with a further 2 12-month options to extend — total possible duration of 4 years.
The Contracting Authority aims to appoint 4 Economic Operators to each Framework Lot. Economic Operators appointed to each Lot will be ranked. Over the life of the Framework, the Contracting Authority will ‘call-off’ / award packages of work either on the basis of a direct award to Rank 1 or further/mini-competition. For full details please refer to the procurement documents available at https://in-tendhost.co.uk/lancaster/
2)Common procurement vocabulary (CPV)
71321000, 71334000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 300 000 and 700 000 GBP
5)Additional information about lots
All further information can be found within the procurement documentation found at https://in-tendhost.co.uk/lancaster
Lot No: 2 Lot title: Lot 2 — 4 000 001-20 000 000 GBP
1)Short description
This Lot will cover Mechanical and Engineering Services for potential projects within the value band of 4 000 001-20 000 000 GBP. The Framework will run for a period of 2 years with a further 2 12-month options to extend — total possible duration of 4 years.
The Contracting Authority aims to appoint 4 Economic Operators to each Framework Lot. Economic Operators appointed to each Lot will be ranked. Over the life of the Framework, the Contracting Authority will ‘call-off’ / award packages of work either on the basis of a direct award to Rank 1 or further/mini-competition. For full details please refer to the procurement documents available at https://in-tendhost.co.uk/lancaster/
2)Common procurement vocabulary (CPV)
71321000, 71334000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 700 000 and 1 800 000 GBP
5)Additional information about lots
All further information can be found within the procurement documentation found at https://in-tendhost.co.uk/lancaster
Lot No: 3 Lot title: Lot 3 — 20 000 001-60 000 000
1)Short description
This Lot will cover Mechanical and Engineering Services for potential projects within the value band of 8 000 001-20 000 000 GBP. The Framework will run for a period of 2 years with a further 2 12-month options to extend — total possible duration of 4 years.
The Contracting Authority aims to appoint 4 Economic Operators to each Framework Lot. Economic Operators appointed to each Lot will be ranked. Over the life of the Framework, the Contracting Authority will ‘call-off’ / award packages of work either on the basis of a direct award to Rank 1 or further/mini-competition. For full details please refer to the procurement documents available at https://in-tendhost.co.uk/lancaster/
2)Common procurement vocabulary (CPV)
71321000, 71334000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 2 500 000 GBP
5)Additional information about lots
All further information can be found within the procurement documentation found at https://in-tendhost.co.uk/lancaster
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Please see procurement documents available at http://in-tendhost.co.uk/lancaster/
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see procurement documents available at http://in-tendhost.co.uk/lancaster/
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability. For more information, please see procurement documents available at http://in-tendhost.co.uk/lancaster/
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see procurement documents available at http://in-tendhost.co.uk/lancaster/
The Framework terms and conditions and the Call-Off terms and conditions are non-negotiable.
Submissions can only be made in full acceptance of these.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: For full details, please refer to the suite of procurement documents available at http://in-tendhost.co.uk/lancaster/
Economic Operators will be excluded from the procurement process if they meet the mandatory grounds for exclusion or if there is evidence of convictions relating to specific criminal offences including, but not limited to, bribery, corruption, conspiracy, terrorism, fraud and money laundering, or if the Economic Operator has been the subject of a binding legal decision which found a breach of legal obligations to pay tax or social security (except where this is disproportionate).
Economic Operators may be excluded (subject to self-cleaning) from the procurement process if they meet the discretionary grounds for exclusion detailed in the procurement documents. Economic Operators will be excluded from the process if they fail questions indicated within the documentation as pass/fail or if they score a mark which permits the evaluation panel to cease marking the tender and disqualify it completely.
III.2.2)Economic and financial ability
The Contracting Authority will assess the level of financial risk that the Economic Operator presents on a pass/fail basis. The Economic Operator’s latest accounts must show a net surplus for at least the last 2 consecutive years, and their latest filed financial accounts must evidence a ratio of at least 1:1 Net Assets: Net Liabilities. If an Economic Operator does not meet these requirements, in the absence of justification relating to the organisation’s capital and financial structure which evidences financial stability/viability, the Economic Operator will fail and their submission will be disqualified in its entirety.
It is mandatory that Economic Operators must have, or commit to obtaining prior to contract commencement, the following levels of insurance: Lot 1 — 10 000 000 GBP — Employer’s Liability Insurance; 10 000 000 GBP — Public Liability Insurance; and 5 000 000 GBP — Professional Indemnity Insurance. Lot 2 and 3 — 10 000 000 GBP — Employer’s Liability Insurance; 10 000 000 GBP — Public Liability Insurance and 10 000 000 GBP — Professional Indemnity Insurance.
For full details, please refer to the procurement documents available at http://in-tendhost.co.uk/Lancaster/
Minimum level(s) of standards possibly required: For full details, please see procurement documents available at http://in-tendhost.co.uk/Lancaster/
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
For full details, please see procurement documents available at http://in-tendhost.co.uk/Lancaster/
Minimum level(s) of standards possibly required:
Please see procurement documents available at http://in-tendhost.co.uk/lancaster/
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
Envisaged minimum number 15: and maximum number 24
Objective criteria for choosing the limited number of candidates: The Pre-Qualification Questionnaire available at https://in-tendhost.co.uk/lancasterdetails the terms on which the Contracting Authority will down-select a minimum of 5 and a maximum of 8 of the highest scoring Economic Operators per lot to participate in the Invitation to Tender stage. There are 3 Lots.
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Response to the cost schedule (financial submission). Weighting 40
2. Service delivery and management. Weighting 15
3. Collaborative working with the professional project team. Weighting 15
4. Resource and expertise. Weighting 10
5. Collaboration with contractors — design services. Weighting 10
6. Costing and value for money. Weighting 5
7. Sustainability and innovation. Weighting 5
8. Acceptance of the terms and conditions of contract (yes/no, pass/fail)
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
IV.3.8)Conditions for opening of tenders
Place:
Lancaster University, Bailrigg Campus, Lancaster, LA1 4YW, United Kingdom.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Early 2018, if the Framework options to extend are not taken up. Early 2020, if the Framework options to extend are taken up.
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): It is anticipated that services delivered under this Framework will be part funded by the European Regional Development Fund Programme 2014 to 2020.
VI.3)Additional information
It is the Contracting Authority’s intention to use electronic ordering, invoicing and payment.
VI.4.1)Body responsible for appeal procedures
University Secretary, Lancaster University
University House
LA1 4YW Lancaster
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: