UK-London: architectural, construction, engineering and inspection services

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

UK-London: architectural, construction, engineering and inspection services

Directive 2004/18/EC

Section I: Contracting authority

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

Queen Mary University of London 327 Mile End Road E1 4NS LondonUNITED KINGDOM Internet address(es): General address of the contracting authority: in-tendhost.co.uk/queenmary 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: yes

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Building construction consultants framework.

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: All sites within the Queen Mary University East London Campus. NUTS code

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: 30 Duration of the framework agreementDuration in years: 3 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: 10 000 000 GBP

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

Queen Mary University are seeking to procure the services of experienced consultants to provide support new builds, and for the refurbishment and improvement of current buildings within our East London Campus. It is anticipated this framework will be made available to other universities within the London M25 area. The framework will be divided into 3 lots: — Lot 1 – smaller consultancy practices having between 1 and 5 employees. (Consultants in this lot will be considered for projects within lots 2 and 3), — Lot 2 – consultancy practices regardless of size for projects up to value of 4 000 000 GBP, — Lot 3 – Consultancy Practices regardless of size for projects up to the value of between 4 000 001 GBP and 10 000 000 GBP. There will be 6 categories within each lot. a) Project management – lead consultant; b) Building design; c) Building services design – engineering services; d) Cost management – cost planning; e) Building surveyor; f) Specialist services. A full list of consultancy services within each lot will be found in the procurement brief within the PQQ and 11.1.8 below.

II.1.6) Common procurement vocabulary (CPV)

71000000 Architectural, construction, engineering and inspection services 71314000 Energy and related services 71311000 Civil engineering consultancy services 72240000 Systems analysis and programming services 71210000 Advisory architectural services 71530000 Construction consultancy services71315000 Building services 71324000 Quantity surveying services

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: 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:

— Lot 1 – smaller consultancy practices having between 1 and 5 employees. (Consultants in this lot will be considered for projects within lots 2 and 3), — Lot 2 – consultancy practices regardless of size for projects up to value of 4 000 000 GBP, — Lot 3 – consultancy practices regardless of size for projects up to the value of between 4 000 001 GBP and 10 000 000 GBP. Within each lot there will be 5 service categories (some having sub categories): a) Project management. To act as lead consultant within the project team ensuring a collaborative approach is taken by the whole project team. Supporting the project sponsor during the project development stage and leading on ensuring project delivery in accordance with time, budget and quality deliverables; b) Building design. Design coordination, architectural services, interior design & space planning; c) Building services design & engineering services. Building services design, structural engineering, public health & fire engineering. Breeam and sustainability services; d) Cost management. Cost planning & benchmarking, quantity surveying, post contract cost management. Service focus on building fabric, mechanical & electrical services; e) Building surveyor; f) Specialist services, i.e. building surveyors. Planning supervisors, approved building inspectors, moves management & fire consultants. We anticipate having up to 6 consultants in each of these categories across the 3 lots. The expenditure across these categories over the term of the framework to be in the region of 10 000 000 GBP. This PQQ has been designed to be as concise as possible, with the focus firmly on technical capability, and experience. We are keen to receive expressions of interest from organisations from every level of the business spectrum, including smaller organisations and independent consultants, and we have structured our PQQ accordingly.

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: 36 (from the award of the contract)

Information about lots

Lot No: 1

1) Short description

See below.

2) Common procurement vocabulary (CPV)

71000000 Architectural, construction, engineering and inspection services

3) Quantity or scope

4) Indication about different date for duration of contract or starting/completion

5) Additional information about lots

— Lot 1 – smaller consultancy practices having between 1 and 5 employees. (Consultants in this Lot will be considered for projects within lots 2 and 3), — Lot 2 – consultancy practices regardless of size for projects up to value of 4 000 000 GBP, — Lot 3 – consultancy practices regardless of size for projects up to the value of between 4 000 001 GBP and 10 000 000 GBP. Within each lot there will be 6 service categories (some having sub categories).

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

A parent company guarantee may be 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:

Joint and several liability.

III.1.4) Other 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: Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if requirements are met: (a) is bankrupt or is being wound up, where his affairs are being administered by the Court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Please refer to PQQ for more Queen Mary University requirements.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Please refer to PQQ for Queen Mary University requirements. Minimum level(s) of standards possibly required: Please refer to PQQ for Queen Mary University requirements.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: (a) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator. (b) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (c) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities; (d) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (f) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract; (g) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years; (h) an indication of the proportion of the contract which the services provider intends possibly to subcontract; (i) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards. Please refer to PQQ for more Queen Mary University requirements. Minimum level(s) of standards possibly required: Please refer to PQQ for specific Queen Mary University requirements.

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: 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: 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: 30

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

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:

DW/Consultants Framework/2011/0046

IV.3.2) Previous publication(s) concerning the same contract

no

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

30.1.2012

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

17.2.2012

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

Date: 30.3.2012

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

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

In 2006 Queen Mary University introduced an electronic tendering tool to support the procurement process, and to streamline the current tendering process. It is expected that all tenders raised throughout QM will eventually be issued through this portal. Our chosen provider is InTend Ltd. Their system is now widely used within other universities and institutions throughout the UK and Europe. The benefits of using e-tendering over the traditional tendering process include: — Speed of document transfer to and from vendor, — Elimination of paperwork sent through the postal system, — Complete audit trails held on a single database,— Greater security for received files. No more tenders/quotations lost in post. Should you be interested in working with Queen Mary, University of London, then you will need to register. Please go to www.qmul.ac.uk/procurement/ This will lead you onto the QMUL Web Site. Please click on the in-tend guide located on the procurements page. this will show you how to resister and how to download, and submit the PQQ. Should you encounter any difficulties registering please call the undersigned on +44 2078823240. All subsequent correspondence should be conducted through the in-tend system. You will need to complete your registration to be able to participate in any tenders.

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:

8.12.2011

Comments are closed.

Sites