UK-Birmingham: engineering services

Sourced By: http://www.theconstructionindex.co.uk

UK-Birmingham: engineering services

Directive 2004/18/EC

Section I: Contracting authority

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

For the attention of: Telephone: E-mail: Fax: The University of Birmingham Room LG2a, Lower Ground Floor, Aston Webb Building, B Block, Edgbaston Matthew Home B15 2TT Birmingham UNITED KINGDOM+44 1214143648 M.Home@bham.ac.uk +44 1214143459 Internet address(es): General address of the contracting authority: www.bham.ac.ukAddress of the buyer profile: in-tendhost.co.uk/universityofbirminghamFurther information can be obtained from: Internet address: in-tendhost.co.uk/universityofbirmingham/ 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 agreement for the provision of mechanical and electrical engineering 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: UK – Birmingham. NUTS code UKG31 Birmingham

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 agreementDuration in years: 4 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: 2 000 000,00 GBP

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

The University has successfully procured in excess of 90 000 000 GBP of construction projects during the financial years 2009 to 2011. Included within this figure is approximately 6 000 000 GBP of external consultant fees. These fees cover a range of professional disciplines, such as architects, quantity surveyors, building surveyors, service engineers, structural engineers, CDM coordinators and other more specialised appointments. These figures do not constitute any guarantee of future workload, by implication or otherwise, although it is anticipated that future work will be at similar levels. The University is seeking to appoint suitably qualified and experienced mechanical & electrical engineering consultants under a framework agreement arrangement. The proposed term of the agreement is for 4 years and it will require mechanical & electrical engineering consultancy services and mechanical & electrical engineering consultancy services lead consultant including contract administration, where appointed, to provide services in accordance with the consultants schedule of duties and plan of works documents on University projects. Typically, the duties required will be for projects in their entirety from RIBA work stage A through to work stage L, but on occasion consultants may be required to provide limited services only, for example to undertake work stage A duties on a project feasibility exercise.Potential projects could relate to new build projects or work to any of the Universitys 200 plus existing buildings that form the diverse University property portfolio. These buildings cater for many specialised uses and functions including medical research, mechanical and electrical engineering, commercial facilities, teaching laboratories and residential accommodation.

II.1.6) Common procurement vocabulary (CPV)

71300000 Engineering services 71320000 Engineering design services 71321000 Engineering design services for mechanical and electrical installations for buildings

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:

The Universitys property portfolio extends to some 500 000 m 2 (gross) floor area across a total of 213 buildings. Consultant commissions could relate to any of those buildings. The range of building functions covered across the estate includes the following: — Utilities & civil engineering substations, car parks, subway work and services infrastructure, — Administrative & commercial offices, banking provision and shops, — Health & welfare medical teaching and research, an occupational therapy facility and childrens day nurseries, — Recreational A sports centre & pavilions, licensed premises & a concert hall, — Educational, scientific & information lecture theatres, computer buildings, laboratories, engineering workshops and libraries, — Residential & conference student residences, tied properties & conference centres. 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. Historic value of works. The University has successfully procured in excess of 90 000 000 GBP of construction projects during the financial years 2009 to 2011. Included within this figure is approximately 6 000 000 GBP of external consultant fees. These fees cover a range of professional disciplines, such as architects, quantity surveyors, building surveyors, service engineers, structural engineers, CDM coordinators and other more specialised appointments.

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

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:

Parent company guarantee, advance payments and performance bonds.

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:

Limited company, limited liability partnership and joint and several liability.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: no

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: Tenderers must meet the minimum requirement set out in III.2.2 and III.2.3 before completing the consultants appraisal questionnaire part 1 and part 2. Tenderers that meet the minimum requirements as set out below will be required to complete a consultants appraisal questionnaire part 1 & 2 available from the web-link detailed in I.1. in-tendhost.co.uk/universityofbirmingham

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Tenderers must meet the minimum requirement set out in III.2.2 and III.2.3 before completing the consultants appraisal questionnaire part 1 and part 2. Tenderers that meet the minimum requirements as set out below will be required to complete a consultants appraisal questionnaire part 1 & 2 available from the web-link detailed in I.1. in-tendhost.co.uk/universityofbirmingham Minimum level(s) of standards possibly required: Insurances (appraisal questionnaire Section B). The consultant must provide evidence in the form of a valid insurance certificate of the following minimum levels of insurance indemnity cover: — Professional/indemnity insurance in the sum of five million pounds (5 000 000 GBP) for any one occurrence or series of occurrences, — Public liability insurance in the sum of five million pounds (5 000 000 GBP) for any one 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: Tenderers must meet the minimum requirement set out in III.2.2 and III.2.3 before completing the consultants appraisal questionnaire part 1 part 2 and the invitation to tender. Tenderers that meet the minimum requirements as set out below will be required to complete a consultants appraisal questionnaire part 1 and part 2 available from the weblink detailed in I.1. in-tendhost.co.uk/universityofbirmingham Minimum level(s) of standards possibly required: Equal opportunities and race relations (appraisal questionnaire Section C). The consultant and its major subconsultants (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, Freedom of Information Act (appraisal questionnaire Section D). Tenderers will be required to provide an understanding in respect of confidentiality and commitment to cooperate 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, 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. 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 current. CHAS registration and accreditation or SSIP forum membership and accreditation or equivalent accreditation approved by CHAS (you must provide confirmation from CHAS that any alternative scheme is equivalent to the CHAS accreditation). The above minimum standards are captured in the sections of the consultants appraisal questionnaire indicated. It is recommended that you look at these sections and confirm that you are able to confirm compliance and that your organisation meets the minimum standards as appropriate before you commence completion of the documentation. Please note that the Universitys evaluation team will review these sections of the completed appraisal questionnaires received before any activities are undertaken to evaluate any other part of the respond to tender. If your organisation fails to meet the minimum standards your tender will be declined and no further evaluation of your tender will be undertaken.

III.2.4) Information about reserved contracts

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:

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 number of operators: 12 Objective criteria for choosing the limited number of candidates: — Relevant experience, — Professional and technical resources and qualifications, — Performance and contract compliance, — Financial and economic standing and performance, — Insurances and risk management, — Health and safety performance and assurance, — Quality assurance, — Environmental sustainability, — Equal opportunities, — Acceptance of the schedule of duties, — Acceptance of the plan of works.

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:

FRAM108/11

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: 17.2.2012 Payable documents: yes

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

17.2.2012

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

19.3.2012

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

English.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

IV.3.8) Conditions for opening tenders

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: yes Estimated timing for further notices to be published: 4 years.

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

One electronic copy of your completed questionnaires must be received through the In-Tend website ( in-tendhost.co.uk/universityofbirmingham/ ) and 1 copy of part 1 and 1 copy of part 2 of your completed questionnaires must be delivered in hard copy (paper) format to University of Birmingham – Finance Office Procurement Division, Room LG2a, Aston Webb Building B Block, Edgbaston, Birmingham B15 2TT, UNITED KINGDOM. Hard copies of your completed questionnaires must be received at the above address by 3:00 PM on Friday 17.2.2012. An electronic version of your completed questionnaires must be loaded onto the Intend E-Tendering system.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

VI.4.2) Lodging of appeals

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

5.1.2012

Comments are closed.

Sites