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

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

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: m.mcgill@neupc.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: Yes
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

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 5 institutions in the North-East of the NEUPC’s geographical coverage have established 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 GBP 50 000 000. The framework contains 2 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 2 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.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 80,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Project Management Related Services.
Lot No:1

II.2.2) Additional CPV code(s):
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
Nuts code:
UKC2 - Northumberland and Tyne and Wear
UKC1 - Tees Valley and Durham

Main site or place of performance:
Northumberland and Tyne and Wear
Tees Valley and Durham


II.2.4) Description of the 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.

II.2.5) Award criteria:
Quality criterion - Name: Methodology for Managing Framework / Weighting: 6
Quality criterion - Name: Proposed Framework Manager / Weighting: 4
Quality criterion - Name: Lead Discipline CVs / Weighting: 10
Quality criterion - Name: Supporting Disciplines CVs / Weighting: 10
Quality criterion - Name: Examples of driving innovation / value for money / Weighting: 5
Quality criterion - Name: Supply chain management & development for NE Region / Weighting: 5
Quality criterion - Name: Proposed Methodology for Stephenson Scheme / Weighting: 10
Quality criterion - Name: Proposed Contract Delivery Team for Stephenson Scheme / Weighting: 10

Cost criterion - Name: Fee Percentages Sum / Weighting: 20
Cost criterion - Name: Tender Sum for Stephenson Scheme / Weighting: 20


II.2.11) Information about options
Options: Yes
Description of these 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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): 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.

II.2) Description (lot no. 2)


II.2.1) Title:Architect & Design Team Related Services (GBP 0 to GBP 4 000 000 (Construction Cost (ex VAT)))
Lot No:2

II.2.2) Additional CPV code(s):
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
Nuts code:
UKC2 - Northumberland and Tyne and Wear
UKC1 - Tees Valley and Durham

Main site or place of performance:
Northumberland and Tyne and Wear
Tees Valley and Durham


II.2.4) Description of the 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.

II.2.5) Award criteria:
Quality criterion - Name: Proposed methodology for managing the framework / Weighting: 6
Quality criterion - Name: Proposed Framework Manager / Weighting: 4
Quality criterion - Name: Lead Discipline CVs / Weighting: 15
Quality criterion - Name: Supporting Disciplines CVs / Weighting: 15
Quality criterion - Name: Examples of driving innovation / value for money / Weighting: 5
Quality criterion - Name: Supply chain management and development for the NE region / Weighting: 5
Quality criterion - Name: Proposed methodology for delivering proposed case study / Weighting: 10

Cost criterion - Name: Fee Percentages Sum / Weighting: 40


II.2.11) Information about options
Options: Yes
Description of these options:The framework agreement will operate for 5 years duration at which time NEUPC reserves the right to invoke an extension period of up to 2 additional 12 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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): 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 code(s):
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
Nuts code:
UKC2 - Northumberland and Tyne and Wear
UKC1 - Tees Valley and Durham

Main site or place of performance:
Northumberland and Tyne and Wear
Tees Valley and Durham


II.2.4) Description of the 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.

II.2.5) Award criteria:
Quality criterion - Name: Proposed methodology for managing the framework / Weighting: 6
Quality criterion - Name: Proposed Framework Manager / Weighting: 4
Quality criterion - Name: Lead Discipline CVs / Weighting: 10
Quality criterion - Name: Supporting Disciplines CVs / Weighting: 10
Quality criterion - Name: Examples of driving innovation / value for money / Weighting: 5
Quality criterion - Name: Supply chain management and development for the NE region / Weighting: 5
Quality criterion - Name: Proposed methodology for delivering the Stephenson scheme / Weighting: 10
Quality criterion - Name: Proposed contract delivery team for the Stephenson scheme / Weighting: 10

Cost criterion - Name: Fee Percentages Sum / Weighting: 20
Cost criterion - Name: Tender Sum for Stephenson Scheme / Weighting: 20


II.2.11) Information about options
Options: Yes
Description of these options:The framework agreement will operate for 5 years duration at which time NEUPC reserves the right to invoke an extension period of up to 2 additional 12 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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): 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.

II.2) Description (lot no. 4)


II.2.1) Title:Financial Advisory Services
Lot No:4

II.2.2) Additional CPV code(s):
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
Nuts code:
UKC2 - Northumberland and Tyne and Wear
UKC1 - Tees Valley and Durham

Main site or place of performance:
Northumberland and Tyne and Wear
Tees Valley and Durham


II.2.4) Description of the 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 asset;
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.

II.2.5) Award criteria:
Quality criterion - Name: Proposed methodology for managing the framework / Weighting: 6
Quality criterion - Name: Proposed Framework Manager / Weighting: 4
Quality criterion - Name: Lead Discipline CVs / Weighting: 10
Quality criterion - Name: Examples of driving innovation / value for money in this sector / Weighting: 10
Quality criterion - Name: Proposed methodology for delivering proposed case study / Weighting: 15
Quality criterion - Name: Approaches to raising finance / Weighting: 15

Cost criterion - Name: Rates & Lump Sum Fees / Weighting: 40


II.2.11) Information about options
Options: Yes
Description of these options:The framework agreement will operate for 5 years duration at which time NEUPC reserves the right to invoke an extension period of up to 2 additional 12 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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): 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.


Section IV: Procedure

IV.1) Description

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: Yes
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2018/S 47-103323



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 1
Lot Number: 1
Title: Project Management Related Services.

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 25/09/2018

V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Currie & Brown UK Ltd
Arena Point, Merion Way, Leeds, LS2 8PA, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Faithful + Gould Ltd
Albany Court, Monarch Road, Newcastle Business Park, Newcastle upon Tyne, NE4 7YB, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Gardiner & Theobald LLP
18-24 Grey Street, Newcastle upon Tyne, NE1 6AE, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.4)
Identity Consult Ltd
6 Pickersgill Court, Quay West Business Village, Sunderland, SR5 2AQ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.5)
Summers -Inman Construction and Property Consultants LLP
Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, NE13 9BA, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Turner & Townsend Project Management Ltd.
3rd Floor, Time Central, 32 Gallowgate, Newcastle upon Tyne, NE1 4SN, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:


Short description of the part of the contract to be subcontracted:
The Lot has been designed to provide Project Management led teams. The Client will contract directly with the PM only, with all support services provided by the PM.

Award Of Contract (No.2)

Contract No: 2
Lot Number: 2
Title: Architect & Design Team Related Services (GBP 0 to GBP 4 000 000 (Construction Cost (ex VAT)))

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 25/09/2018

V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
ADP Architecture Ltd.
First Floor, Cathedral Building, Dean Street, Newcastle-upon-Tyne, NE1 1PG, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Gotch Saunders & Surridge LLP
The Tower Studio, Fourth Avenue, Hornbeam Park, Harrogate, HG2 8QT, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Howarth Litchfield Partnership Ltd.
4 Old Elvet, Durham City, County Durham, DH13HL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
NORR Consultants Limited
Percy House, 8th Floor, Percy Street, Newcastle upon Tyne, NE1 4PW, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Sadler Brown Limited
11/12 Riverside Studios, Amethyst Road, Newcastle upon Tyne, NE4 7YL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.6)
Space Architecture (Europe) Ltd.
Spaceworks, Benton Park Road, Newcastle upon Tyne, NE7 7LX, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:


Short description of the part of the contract to be subcontracted:
The Lot has been designed to provide Architectural led teams. The Client will contract directly with the Lead Architect only, with all support services provided by the Lead Architect.

Award Of Contract (No.3)

Contract No: 3
Lot Number: 3
Title: Architect & Design Team Related Services (GBP 4 000 000+ (Construction Cost (ex VAT)))

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 25/09/2018

V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
ADP Architecture Ltd.
First Floor, Cathedral Building, Dean Street, Newcastle-upon-Tyne, NE1 1PG, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
FaulknerBrowns LLP
Dobson House, Northumbrian Way, Killingworth, Newcastle upon Tyne, NE12 6QW, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Gotch Saunders & Surridge LLP
The Tower Studio, Fourth Avenue, Hornbeam Park, Harrogate, HG2 8QT, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
NORR Consultants Limited
Percy House, 8th Floor, Percy Street, Newcastle upon Tyne, NE1 4PW, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Ryder Architecture Limited
Cooper's Studios, 14-18 Westgate Road, Newcastle upon Tyne, NE1 3NN, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.6)
Space Architecture (Europe) Ltd.
Spaceworks, Benton Park Road, Newcastle upon Tyne, NE7 7LX, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:


Short description of the part of the contract to be subcontracted:
The Lot has been designed to provide Architectural led teams. The Client will contract directly with the Lead Architect only, with all support services provided by the Lead Architect.

Award Of Contract (No.4)

Contract No: 4
Lot Number: 4
Title: Financial Advisory Services

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 25/09/2018

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Cushman & Wakefield Debenham Tie Leung Limited
St. Paul's House, 23 Park Square South, Leeds, LS1 2ND, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Grant Thornton UK LLP
4 Hardman Square, Spinningfields, Manchester, M3 3EB, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.3)
Turner & Townsend Project Management Ltd.
3rd Floor, Time Central, 32 Gallowgate, Newcastle upon Tyne, NE1 4SN, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 80,000,000
Total value of the contract/lot: 80,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:


Short description of the part of the contract to be subcontracted:
Certain services may be subcontracted depending on the specific requirements of the Client and scheme in question.
Section VI: Complementary information

VI.3) Additional information: The bodies that may utilise this agreement include: Newcastle Science Central LLP, Newcastle University, Durham University, The University of Sunderland, Teesside University, Northumbria University.
This framework may be used by institutions for purchases fully or part-funded by EU funds or Programs including but not limited to: European Regional Development Fund (ERDF) or European Structural and Investment Fund (ESIF) or Research Councils UK (RCUK), the strategic partnership of the UK's 7 Research Councils.
Call-offs may be made by direct award or mini competition. 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.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=352561629

VI.4) Procedures for review

VI.4.1) Review body
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: m.mcgill@neupc.ac.uk

VI.4.2) Body responsible for mediation procedures
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: m.mcgill@neupc.ac.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: m.mcgill@neupc.ac.uk

VI.5) Date of dispatch of this notice: 22/10/2018

ANNEX A

I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
NEUPC Ltd
Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: m.mcgill@neupc.ac.uk
Contact: Michael McGill
Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk
NUTS Code: UK