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