Tenders

United Kingdom-Glasgow: Design consultancy tender

United Kingdom-Glasgow: Design consultancy services

Official EU reference: 346196-2013

Procurer reference: PURCH0962

Published on: 15/10/2013

Deadline date:11/11/2013

Location where the contract is to be carried out: Glasgow City

Name of the buying organisation: UNIVERSITY OF GLASGOW

Summary of the contract

PURCH0962 — Provision of design related consultancy services.

The University of Glasgow seeks to engage framework supplier(s) for the

provision of construction related consultancy services as included in the

specification document.

The Framework proposed, will be a multi-party framework agreement, the

intention being to appoint multiple contractors to each of the individual

frameworks (Lots). The appointments will be made on the basis of an

initial 2-year period with the option to extend, by mutual agreement, the

agreement for a further 2 consecutive 1-year extensions.

The Framework is divided into six lots relating to specific design related

consultancy services uncluding Lot1 — Contract Administrator / Lead

Consultant / Architect / Lead Designer, Lot 2 — QS and Cost Management

Services, Lot 3 — Civil and Structural Engineer Services, Lot 4 —

Mechanical and Electrical Engineer Services, Lot 5 — CDM Co-ordination

Services and Lot 6 — Building Surveying

For information on the various Glasgow University locations, please see

http://www.gla.ac.uk/.

Please note services may be required in any of the locations including the

Main Campus at Gilmorehill, the Garscube Estate and Cochno Farm and those

University Residences where the University retains responsibility. There

may be some requirement for other more distant University locations such

as Rowardenan and Crichton College.

The University has a capital expenditure planned across its 2 main campus’

over the next five years. Annual Refurbishment and Improvement Programmes

from the University’s capital plan over the next four years is estimated

to be approximately 4.5M GBP per annum. This will be administered under

this proposed framework mechanism.

In addition a number of capital projects are anticipated over the next

four years, subject to available funding, totalling 16m GBP. Please see

Table 6 below for anticipated projects. This list is indicative only and

the University, at its discretion may amend or add to the list of projects

identified for use with this framework should funding be subject to change

or become available for other projects falling under the general heading

and financial remit of arrangements placed.

The list is also not a commitment to use the framework for every type of

work falling under each general heading and the University reserves the

right to procure such services elsewhere at its discretion.

Note: To register your interest in this notice and obtain any additional

information please visit the Public Contracts Scotland Web Site at

http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=280957.

The buyer has indicated that it will accept electronic responses to this

notice via the Postbox facility. A user guide is available at

http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and

to dispatch the electronic response well in advance of the closing time to

avoid any last minute problems.

CPV: 79415200, 71200000, 71324000, 71311000, 71312000, 79994000, 71317210,

71315300, 71321000.

Full contract details

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

University of Glasgow

Procurement Office, Level 4, Gilbert Scott Building, University Avenue

Contact point(s): Procurement

For the attention of: Alistair Munn

G12 8QQ Glasgow

UNITED KINGDOM

Telephone: +44 1413304113

Internet address(es):

General address of the contracting authority: http://www.gla.ac.uk

Address of the buyer profile:

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00108

Electronic access to information: www.publiccontractsscotland.gov.uk

Electronic submission of tenders and requests to participate:

www.publiccontractsscotland.gov.uk

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:

PURCH0962 — Provision of design related 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

Main site or location of works, place of delivery or of performance:

University of Glasgow estates and buildings.

NUTS code UKM34

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: 27

Duration of the framework agreement

Duration in months: 48

II.1.5) Short description of the contract or purchase(s)

The University of Glasgow seeks to engage framework supplier(s) for the

provision of construction related consultancy services as included in the

specification document.

The Framework proposed, will be a multi-party framework agreement, the

intention being to appoint multiple contractors to each of the individual

frameworks (Lots). The appointments will be made on the basis of an

initial 2-year period with the option to extend, by mutual agreement, the

agreement for a further 2 consecutive 1-year extensions.

The Framework is divided into six lots relating to specific design related

consultancy services uncluding Lot1 — Contract Administrator / Lead

Consultant / Architect / Lead Designer, Lot 2 — QS and Cost Management

Services, Lot 3 — Civil and Structural Engineer Services, Lot 4 —

Mechanical and Electrical Engineer Services, Lot 5 — CDM Co-ordination

Services and Lot 6 — Building Surveying

For information on the various Glasgow University locations, please see

http://www.gla.ac.uk/.

Please note services may be required in any of the locations including the

Main Campus at Gilmorehill, the Garscube Estate and Cochno Farm and those

University Residences where the University retains responsibility. There

may be some requirement for other more distant University locations such

as Rowardenan and Crichton College.

The University has a capital expenditure planned across its 2 main campus’

over the next five years. Annual Refurbishment and Improvement Programmes

from the University’s capital plan over the next four years is estimated

to be approximately 4.5M GBP per annum. This will be administered under

this proposed framework mechanism.

In addition a number of capital projects are anticipated over the next

four years, subject to available funding, totalling 16m GBP. Please see

Table 6 below for anticipated projects. This list is indicative only and

the University, at its discretion may amend or add to the list of projects

identified for use with this framework should funding be subject to change

or become available for other projects falling under the general heading

and financial remit of arrangements placed.

The list is also not a commitment to use the framework for every type of

work falling under each general heading and the University reserves the

right to procure such services elsewhere at its discretion.

Note: To register your interest in this notice and obtain any additional

information please visit the Public Contracts Scotland Web Site at

http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=280957.

The buyer has indicated that it will accept electronic responses to this

notice via the Postbox facility. A user guide is available at

http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and

to dispatch the electronic response well in advance of the closing time to

avoid any last minute problems.

II.1.6) Common procurement vocabulary (CPV)

79415200, 71200000, 71324000, 71311000, 71312000, 79994000, 71317210,

71315300, 71321000

II.1.8) Lots

This contract is divided into lots: yes

Tenders may be submitted for one or more lots

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:

As per the PQQ and/or ITT.

Estimated value excluding VAT: 5 000 000 GBP

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

Starting 1.4.2014. Completion 30.3.2018

Information about lots

Lot No: 2

Lot title: QS and Cost Management Services

1) Short description

QS and cost management services.

2) Common procurement vocabulary (CPV)

71324000

3) Quantity or scope

A Schedule of Service will be provided for each Lot at the ITT stage. This

will be based on the RIBA Plan of Work 2013 and incorporate the

requirements BISRA Soft Landings process.

Estimated value excluding VAT: 1 000 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Starting 1.4.2014. Completion 30.3.2018

5) Additional information about lots

The initial award will be up to 31.3.2016 with the option of 2 further 12

month extensions.

Lot No: 3

Lot title: Civil and Structural Engineer Services

1) Short description

Civil and structural engineer services.

2) Common procurement vocabulary (CPV)

71311000, 71312000

3) Quantity or scope

A Schedule of Service will be provided for each Lot at the ITT stage. This

will be based on the RIBA Plan of Work 2013 and incorporate the

requirements BISRA Soft Landings process.

Estimated value excluding VAT: 160 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Starting 1.4.2014. Completion 30.3.2018

5) Additional information about lots

The initial award will be up to 31.3.2016 with the option of 2 further 12

month extensions.

Lot No: 4

Lot title: Mechanical and Electrical Engineer Services

1) Short description

Mechanical and electrical engineer services.

2) Common procurement vocabulary (CPV)

71321000

3) Quantity or scope

A Schedule of Service will be provided for each Lot at the ITT stage. This

will be based on the RIBA Plan of Work 2013 and incorporate the

requirements BISRA Soft Landings process.

Estimated value excluding VAT: 1 600 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Starting 1.4.2014. Completion 30.3.2018

5) Additional information about lots

The Framework Agreement will be awarded for 1.4.2014 however services will

not commence until 1.10.2014.The initial award will be up to 31.3.2016

with the option of 2 further 12 month extensions.

Lot No: 1

Lot title: Contract Administrator, Lead Consultant, Architect and Lead

Designer

1) Short description

Contract Administrator, Lead Consultant, Architect and Lead Designer.

2) Common procurement vocabulary (CPV)

71200000, 79994000

3) Quantity or scope

A Schedule of Service will be provided for each Lot at the ITT stage. This

will be based on the RIBA Plan of Work 2013 and incorporate the

requirements BISRA Soft Landings process.

Estimated value excluding VAT: 1 700 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Starting 1.4.2014. Completion 30.3.2018

5) Additional information about lots

The Framework Agreement will be awarded for 1.4.2014 however services will

not commence until 1.10.2014. The initial award will be up to 31.3.2016

with the option of 2 further 12 month extensions.

Lot No: 5

Lot title: CDM Co-ordination Services

1) Short description

CDM co-ordination services.

2) Common procurement vocabulary (CPV)

71317210

3) Quantity or scope

A Schedule of Service will be provided for each Lot at the ITT stage. This

will be based on the RIBA Plan of Work 2013 and incorporate the

requirements BISRA Soft Landings process.

Estimated value excluding VAT: 360 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Starting 1.4.2014. Completion 30.3.2018

5) Additional information about lots

The initial award will be up to 31.3.2016 with the option of 2 further 12

month extensions.

Lot No: 6

Lot title: Building Surveying

1) Short description

Building Surveying

2) Common procurement vocabulary (CPV)

71315300

3) Quantity or scope

A Schedule of Service will be provided for each Lot at the ITT stage. This

will be based on the RIBA Plan of Work 2013 and incorporate the

requirements BISRA Soft Landings process.

Estimated value excluding VAT: 140 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Starting 1.4.2014. Completion 30.3.2018

5) Additional information about lots

The initial award will be up to 31st March 2016 with the option of two

further 12 month extensions.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

As per the PQQ and/or ITT.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

As per the PQQ and/or ITT.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

As per the PQQ and/or ITT.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: As per the PQQ and/or ITT.

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 per the PQQ and/or ITT.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: As per the PQQ and/or ITT.

Minimum level(s) of standards possibly required: As per the PQQ and/or

ITT.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

As per the PQQ and/or ITT.

Minimum level(s) of standards possibly required:

As per the PQQ and/or ITT.

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: yes

Reference to the relevant law, regulation or administrative provision: As

per the PQQ and/or ITT.

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: yes

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 6: and maximum number 12

Objective criteria for choosing the limited number of candidates: Please

note that above number of operators are per Lot. The number of applicants

selected to tender will vary across Lots as detailed in the PQQ

documentation.

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:

PURCH0962

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: 4.11.2013

IV.3.4) Time limit for receipt of tenders or requests to participate

11.11.2013 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

2.12.2013

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: yes

Estimated timing for further notices to be published: August 2018.

VI.3) Additional information

The University of Glasgow has existing Framework Agreements for Architects

and M&E Consultancy which shall continue to run until 30.9.2014.The

University reserves the right to extend these existing Framework

Agreements for Architects and M&E Consultancy for up to a further 2 years.

Framework Agreements shall be awarded on the basis of two years with the

option to extend bya further two 12 month periods.

All Applicants require to complete a single Part 1 PQQ and then submit a

seperate Part 2 PQQ for each Lot applied for.

All PQQ submisions must be submitted through Public Contracts Scotland.

(SC Ref:280957)

VI.5) Date of dispatch of this notice:

11.10.2013

Classification of the contract

79415200 Design consultancy services

71200000 Architectural and related services

71324000 Quantity surveying services

71311000 Civil engineering consultancy services

71312000 Structural engineering consultancy services

79994000 Contract administration services

71317210 Health and safety consultancy services

71315300 Building surveying services

71321000 Engineering design services for mechanical and electrical installations for buildings

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