Provide Design Services to University College London
University College London (UCL) is planning a major investment in a new campus, referred to as UCL East, at the Queen Elizabeth Olympic Park in Stratford. UCL East will be in addition to, and complement, UCL’s existing academic quarter in Bloomsbury.
United Kingdom-London: Engineering design services for the construction of civil engineering works
2016/S 038-062106
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University College London
Gower Street
Contact point(s): Procurement Services
WC1E 6BT London
UNITED KINGDOM
E-mail: tenders.procurement@ucl.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/ucl/aspx/Home
Address of the buyer profile: https://www.ucl.ac.uk/procurement/
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 UKI
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)
UCL East will be delivered in phases across two adjacent sites — Marshgate and Pool Street. Phase 1 of the UCL East development will see developments on both Marshgate and Pool Street. This Procurement is for design services for Phase 1 of Marshgate. UCL are running a separate Procurement for design services for Phase 1 of Pool Street.
The purpose of this Procurement is to appoint a Consultant, comprising a multi-disciplinary design team, to undertake the development of the project brief and undertake RIBA Plan of Work Stages 2 ‘Concept’ and 3 ‘Developed’ for Phase 1 of the Marshgate development at UCL East, including the design of the associated external landscape, public realm and infrastructure. The appointed Consultant will also need to prepare procurement documentation for the purpose of the procurement of a construction contractor.
The Consultant will be responsible for progressing the design of Marshgate (Phase 1) up to an advanced RIBA Plan of Work Stage 3 (Developed) — the design will be used to secure Reserved Matters Approval for Phase 1 of the Marshgate development and form part of the procurement documents for the appointment of a construction (and design) contractor.
UCL, as Contracting Authority, reserves the right to extend the scope of the Consultant to include RIBA Plan of Work Stage 4 and/or RIBA Plan of Work Stages 4, 5 and 6 and/or to retain the Consultant to ‘monitor’ the appointed construction contractor’s design development and construction works.
UCL also reserves the right to novate the Consultant (as described in the PQQ documentation).
II.1.6)Common procurement vocabulary (CPV)
71322000, 79415200, 71530000, 71541000
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:
The anticipated value of the construction contract to which these services relate is in the region of 80 000 000 GBP.
UCL have therefore estimated the value of this contract opportunity to be 2 500 000 GBP to 4 000 000 GBP. The estimated value of the contract opportunity, including an extension of the services for RIBA Work Stages 4, 5 and 6 and/or retention to monitor the construction contractors design development and construction works is 5 500 000 GBP to 7 500 000 GBP.
UCL gives no guarantee as to the acceptability of any price or budget submitted.
It is intended that the successful Consultant will enter into a bespoke NEC3 Professional Services Contract.
Estimated value excluding VAT:
Range: between 2 500 000 and 7 500 000 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
III.2.3)Technical capacity
Any requirements are set out in the Pre-Qualification Questionnaire (PQQ) / Invitation To Tender (ITT) consistent with the provisions of the Public Procurement Regulations 2015.
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 the PQQ documentation.
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
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
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All communications shall be in English (or a full translation provided at no cost to UCL). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers.
Expressions of interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received as per the instructions in the OJEU notice. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
UCL deems this to be a confidential procurement, therefore, pursuant to Regulations 21(3) and 53(4) of the Public Contracts Regulations 2015, UCL will only be sending out the the ITT and associated tender documentation at ITT stage, to the short-listed Bidders.
UCL are, however, able to make available at PQQ stage draft versions of the non-confidential ITT procurement documentation (namely Volume 0 ‘Invitation to Tender Document’ and Volume 1 ‘Contract’). It is important to note that these documents are draft and may be subject to change. The remainder of the ITT documentation (Volume 2 — Specification & Scope) is considered confidential and will only be released at ITT stage to the short-listed Bidders
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website: https://in-tendhost.co.uk/ucl in order to receive documentation. After registering, you should express an interest in the relevant tender and the tender documentation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by UCL. Tenders shall not be sent and will not be accepted by fax or e-mail. It is bidder’s responsibility to ensure that their documents are uploaded on time and to check on the document size capability. Bidders should be aware that typically there is a high demand on the system close to return deadline times.
The information contained in this notice, including the list of CPV codes, is neither exhaustive nor binding, and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of the Contracting Authority. Tenders and all supporting documentation must be priced in pounds sterling. Any resulting contract or contracts will be considered a contract or contracts made in England according to English law. The Contracting Authority is not and shall not be liable for any costs incurred by those expressing an interest or tendering for this opportunity. The Contracting Authority reserves the right not to award any contract, to make whatever changes it sees fit to the structure and timing of the procurement process and to cancel the process in its entirety at any stage.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice: