Tenders

UK-Birmingham: Architectural services

Official EU reference: 289228-2014

Procurer reference: FRAM0162/14

Published on: 23/08/2014

Deadline date:26/09/2014

Location where the contract is to be carried out: Birmingham

Name of the buying organisation: UNIVERSITY OF BIRMINGHAM (UK)

Summary of the contract
Framework for the Provision of Interior Design Consultancy Services.
The University’s property portfolio extends to some 500 000 m² (gross)
floor area across a total of 213 buildings. Interior design commissions
could relate to any of those buildings. The range of building functions
covered across the estate includes the following
Utilities & Civil Engineering – sub-stations, car parks, subway work and
services infrastructure.
Administrative & Commercial – offices, banking provision, bars and
catering outlets and shops.
Health & Welfare – medical teaching and research, an occupational therapy
facility and children’s day nurseries.
Recreational – A sports centre & pavilions, licensed premises & a concert
hall.
Educational, Scientific & Information – reception areas, social areas,
lecture theatres, computer buildings, laboratories, engineering workshops
and libraries.
Residential & Conference – student residences, tied properties, hotel
bedrooms, bars, restaurants and conference facilities.
Typically, the type of work carried out on the estate applies to all of
the aforementioned building functions and has included refurbishment and
replacement schemes, larger planned maintenance projects, major service
renewal, statutory compliance work and new build construction. Very often,
where works are undertaken on listed buildings or on those buildings
within the Edgbaston Conservation Area, sympathetic conservation
consideration is a prerequisite.
CPV: 71200000.

Full contract details
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: [email protected]
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
Body governed by public law
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Framework for the Provision of Interior Design Consultancy Services.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
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 UKG31
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 4
II.1.5) Short description of the contract or purchase(s)
The University’s property portfolio extends to some 500 000 m² (gross)
floor area across a total of 213 buildings. Interior design commissions
could relate to any of those buildings. The range of building functions
covered across the estate includes the following
Utilities & Civil Engineering – sub-stations, car parks, subway work and
services infrastructure.
Administrative & Commercial – offices, banking provision, bars and
catering outlets and shops.
Health & Welfare – medical teaching and research, an occupational therapy
facility and children’s day nurseries.
Recreational – A sports centre & pavilions, licensed premises & a concert
hall.
Educational, Scientific & Information – reception areas, social areas,
lecture theatres, computer buildings, laboratories, engineering workshops
and libraries.
Residential & Conference – student residences, tied properties, hotel
bedrooms, bars, restaurants and conference facilities.
Typically, the type of work carried out on the estate applies to all of
the aforementioned building functions and has included refurbishment and
replacement schemes, larger planned maintenance projects, major service
renewal, statutory compliance work and new build construction. Very often,
where works are undertaken on listed buildings or on those buildings
within the Edgbaston Conservation Area, sympathetic conservation
consideration is a prerequisite.
II.1.6) Common procurement vocabulary (CPV)
71200000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Provide Interior Design Consultancy Services to the University’s property
portfolio which extends to some 500 000 m² (gross) floor area across a
total of 213 buildings.
Interior design commissions could relate to any of those buildings.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Performance Bond/Parent Company Guarantee.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Payment of Invoices will be 30 days from Date of Invoice.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Limited Company, joint and several liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
III.2) Conditions for participation
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: As set out in the Pre Qualification Questionnaire and Instruction
to Tenderers.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: As set out in the Pre Qualification Questionnaire and Instruction
to Tenderers.
Minimum level(s) of standards possibly required: 1. Insurances (Appraisal
Questionnaire Section B)
The Consultant must be in a position to have available for the Project and
provide evidence (at least in the form of a Letter from your/their Insurer
that you/they are willing and able to provide if successful) of the
following minimum levels of insurance indemnity cover
Professional/Indemnity Insurance in the sum of 2 million pounds (2 000
000) GBP for any 1 occurrence or series of occurrences.
Public Liability Insurance in the sum of 2 million pounds (2 000 000) GBP
for any 1 occurrence or series of occurrences arising at the Services.
The Consultant will be deemed, by means of responding to the
Questionnaires Part 1 & 2, to have provided an understanding to maintain
insurance indemnity cover to at least the minimum levels set out above.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
As set out in the Pre Qualification Questionnaire and Instruction to
Tenderers.
Minimum level(s) of standards possibly required:
2. Equal Opportunities and Race Relations (Appraisal Questionnaire Section
C)
The Consultant (as defined above) must be able to confirm that:
It is a policy to the organisation as an employer to comply with its
statutory obligations under the:
Race Relations Act
Sex Discrimination Act
Disability Discrimination Act
3. Freedom of Information Act (Appraisal Questionnaire Section D)
Tenderers will be required to provide an understanding in respect of
confidentiality and commitment to co-operate and provide all assistance
requested and required by the University in order that the University is
able to comply with and fulfil its statutory obligations under the Freedom
of Information Act 2000.
4. Bribery Act 2010 (Appraisal Questionnaire Section D)
Tenderers will be required confirm that they will observe and comply with
their statutory obligations under the Bribery Act 2010
5. Contractors Health and Safety Scheme Accreditation (Appraisal
Questionnaire Section F)
It is University policy that Professional Construction consultants and
Contractors operating on the University Site shall be registered with or
accredited by CHAS or SSIP Forum Membership as Designer (the Contractors
Health and Safety Scheme – www.chas.gov.uk).
Tenderers must provide evidence of:
CHAS Compliance and/or Accreditation;
equivalent Accreditation approved by CHAS (you will be required to provide
confirmation from CHAS that any alternative scheme is equivalent to the
CHAS Accreditation.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 5
IV.1.3) Reduction of the number of operators during the negotiation or
dialogue
Recourse to staged procedure to gradually reduce the number of solutions
to be discussed or tenders to be negotiated no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
FRAM0162/14
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 26.9.2014 – 15:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
26.9.2014 – 15:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
20.10.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
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:
21.8.2014

Classification of the contract
71200000 Architectural and related services

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button