UK-Leeds: Architectural, construction, engineering and inspection services.

UK-Leeds: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 7775339236, Email: m.mcgill@leeds.ac.uk
Contact: Michael McGill
Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
NUTS Code: UKE42
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Architectural%2C-construction%2C-engineering-and-inspection-services./DZ4JS336VH
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Construction Professional Services Framework Agreement for North-Eastern Universities
Reference Number: EFM2020NE
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The five institutions in the North-East of the NEUPC’s geographical coverage are seeking to establish a Framework Agreement for construction related Professional Services, including but not limited to PM, QS, Architect, Structural, Building Services and Building Surveying. This collaboration between Newcastle, Durham, Northumbria, Sunderland and Teesside Universities (NE Universities) shall facilitate schemes with a construction value of up to and over the value of £50m. The framework contains two main Lots that are Architect and Project Manager led, with the intention being that each of these main disciplines will be responsible for providing all other required disciplines for the scheme in question (e.g. Quantity Surveyor, Structural Engineering, Mechanical Engineer, etc.). In addition to the above two Lots, Financial Advisory Services in relation to DBFO type schemes has also been identified as a specialist resource that is required in relation to certain schemes.
II.1.5) Estimated total value:
Value excluding VAT: 80,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Consultants may bid for any/all of the following Lots:
•Lot 1 Project Management Related Services
•Lot 2 Architect & Design Team Related Services (£0 to £4m (Construction Cost (ex VAT)))
•Lot 3 Architect & Design Team Related Services (£4m+ (Construction Cost (ex VAT)))
•Lot 4Financial Advisory Services
There is no restriction on the number of Lots they can be awarded.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Project Management Related Services
Lot No: 1
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71300000 - Engineering services.
71400000 - Urban planning and landscape architectural services.
71500000 - Construction-related services.
71540000 - Construction management services.
71541000 - Construction project management services.

II.2.3) Place of performance:
UKC2 Northumberland and Tyne and Wear
UKC1 Tees Valley and Durham

II.2.4) Description of procurement: The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.

Lot 1 is for Project Management Related Services, including but not limited to Project Manager, Contract Administrator, Cost Management, Principal Designer, BIM Information Manager, BIM Co-ordinator, Building Surveyor, Clerk of Works, BREEAM Advisor, Planning Advice.

Proposals can only be submitted by the Project Manager, for Project Management led teams that include the above disciplines/services. Proposals that are submitted for individual disciplines will not be considered.

It is intended that this Lot will be awarded to up to 6 Consultants.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: It is envisaged that up to the 12 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 6 highest scoring bidders from the tender stage will then be awarded to Lot 1 of the Framework.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for five years duration at which time NEUPC reserves the right to invoke an extension period of up to two additional twelve month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programme.
II.2.14) Additional information: Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

Full details of Lot 1 and the tender requirements can be found in the published tender documentation.
II.2) Description Lot No. 2

II.2.1) Title: Architect & Design Team Related Services (£0 to £4m (Construction Cost (ex VAT))
Lot No: 2
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71300000 - Engineering services.
71400000 - Urban planning and landscape architectural services.
71500000 - Construction-related services.
71540000 - Construction management services.
71541000 - Construction project management services.

II.2.3) Place of performance:
UKC2 Northumberland and Tyne and Wear
UKC1 Tees Valley and Durham

II.2.4) Description of procurement: The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.

Lot 2 is for Architectural and Design Related Services, including but not limited to Architect, Building Services, Civil & Structural Design, Principal Designer, BIM Information Manager, BIM Co-ordinator, Clerk of Works, BREEAM Advisor, Planning Advice.

Proposals can only be submitted by the lead Architect, for Architect led teams that include the above disciplines/services. Proposals that are submitted for individual disciplines will not be considered.

It is intended that this Lot will be awarded to up to 6 Consultants.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: It is envisaged that up to the 12 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 6 highest scoring bidders from the tender stage will then be awarded to Lot 2 of the Framework.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for five years duration at which time NEUPC reserves the right to invoke an extension period of up to two additional twelve month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programs.
II.2.14) Additional information: Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

Full details of Lot 2 and the tender requirements can be found in the published tender documentation.
II.2) Description Lot No. 3

II.2.1) Title: Architect & Design Team Related Services (£4m+ (Construction Cost (ex VAT))
Lot No: 3
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71300000 - Engineering services.
71400000 - Urban planning and landscape architectural services.
71500000 - Construction-related services.
71540000 - Construction management services.
71541000 - Construction project management services.

II.2.3) Place of performance:
UKC2 Northumberland and Tyne and Wear
UKC1 Tees Valley and Durham

II.2.4) Description of procurement: The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.

Lot 3 is for Architectural and Design Related Services, including but not limited to Architect, Building Services, Civil & Structural Design, Principal Designer, BIM Information Manager, BIM Co-ordinator, Clerk of Works, BREEAM Advisor, Planning Advice.

Proposals can only be submitted by the lead Architect, for Architect led teams that include the above disciplines/services. Proposals that are submitted for individual disciplines will not be considered.

It is intended that this Lot will be awarded to up to 6 Consultants.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: It is envisaged that up to the 12 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 6 highest scoring bidders from the tender stage will then be awarded to Lot 3 of the Framework.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for five years duration at which time NEUPC reserves the right to invoke an extension period of up to two additional twelve month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programs.
II.2.14) Additional information: Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

Full details of Lot 3 and the tender requirements can be found in the published tender documentation.
II.2) Description Lot No. 4

II.2.1) Title: Financial Advisory Services
Lot No: 4
II.2.2) Additional CPV codes:
66000000 - Financial and insurance services.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
71500000 - Construction-related services.

II.2.3) Place of performance:
UKC2 Northumberland and Tyne and Wear
UKC1 Tees Valley and Durham

II.2.4) Description of procurement: The framework agreement is for the provision of all project management, design and financial related services for the delivery of the capital programmes of, Durham University, Newcastle University, Northumbria University, Teesside University and The University of Sunderland.

Lot 4 is for the provision of Financial Advisory Services, covering the following areas:
1. Providing financial advice from feasibility to delivery of on and off balance sheet solutions for HEIs to finance capital assets.
2. Providing support to a HEI to generate finance for capital projects other than through on or off balance sheet debt finance for example re-structuring or bringing in JV partners
3. Providing experience to support HEIs refinance capital assets
4. Providing full negotiation support on all commercial aspects on the above.
5. Providing commercial programme and project management support for the above projects
6. Providing procurement support to all commercial elements of the projects (including design, build, finance and operate elements of a capital project, both individually and as a single DBFO contract).
7. Providing private sector overall bid direction on DBFO projects for HEIs to demonstrate a full understanding of similar projects from a bid perspective.

It is intended that this Lot will be awarded to up to 3 Consultants.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 3
Objective criteria for choosing the limited number of candidates: It is envisaged that up to the 6 highest scoring Bidders from the SQ exercise will be invited to the tender stage. A maximum of the 3 highest scoring bidders from the tender stage will then be awarded to Lot 4 of the Framework.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for five years duration at which time NEUPC reserves the right to invoke an extension period of up to two additional twelve month periods, subject at all times to satisfactory framework performance. Extension made to one lot does not guarantee extension to any other or all lots.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: This framework may be used by the institutions to make appointments for schemes that are fully or part-funded by European Union funds or Programs.
II.2.14) Additional information: Future call off contracts under this framework may be part funded from external streams, including European Union funding, ERDF/ESF and other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

Full details of Lot 4 and the tender requirements can be found in the published tender documentation.


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
NEUPC reserves the right to request a parent company guarantee of performance and financial liability.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: This Professional Services Framework is being put in place to support/complement the Institutions' Major Works Framework to deliver the schemes from their capital programmes. Due to the strategic importance and nature of the schemes involved, a contract period of five years, with the option to extend for up to two additional one year periods was required.


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/04/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/05/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

PARTICIPATING CONSORTIA AND MEMBERS
The bodies that may utilise this agreement include:
Newcastle Science Central LLP.
Newcastle University.
Durham University.
The University of Sunderland.
Teesside University.
Northumbria University.

EU FUNDING:
This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to:
1. European Regional Development Fund (ERDF) or;
2. European Structural and Investment Fund (ESIF) or;
3. Research Councils UK (RCUK), the strategic partnership of the UK's seven Research Councils.

CALL OFF METHODS,
Call-offs may be made by direct award or mini competition. Full details of the Call-off methods can be found in the published tender documents.
Institutions opting out of the Public Contracts Regulations and / or their partners that access this agreement are not bound by the call-off procedures which apply to Contracting Authorities.

OFFICE RELOCATION
NEUPC will shortly be moving to new premises. The new address is provided below for your reference:
NEUPC Ltd.
3rd Floor
Phoenix House
South Parade,
Leeds
LS1 5QX
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Architectural%2C-construction%2C-engineering-and-inspection-services./DZ4JS336VH

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DZ4JS336VH
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.5) Date Of Dispatch Of This Notice: 06/03/2018

Annex A