UK-Leeds: Construction consultancy services.

UK-Leeds: Construction consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Woodhouse Lane, Leeds, LS2 9JT, United Kingdom
Tel. +44 1133435795, Email: a.copcutt@leeds.ac.uk
Contact: Anne Copcutt
Main Address: https://neupc.delta-esourcing.com/members/university-of-leeds/, Address of the buyer profile: www.leeds.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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://neupc.delta-esourcing.com/members/university-of-leeds/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/members/university-of-leeds/ 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: Professional Services Consultancy Framework (Projects over GBP 2M)
Reference Number: Z/3056
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University of Leeds is conducting a competitive procurement under the restricted process applicable under the Public Contract Regulations 2015 to appoint a number of professional consultants to a Professional Services Consultancy Framework Agreement for construction related services. The professional services are required in relation to the University's capital investment programme for works on projects with a value of over GBP 2.0M
II.1.5) Estimated total value:
Value excluding VAT: 15,800,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

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

II.2.1) Title: Mechanical and Electrical Engineer Services
Lot No: Lot 1
II.2.2) Additional CPV codes:
71321000 - Engineering design services for mechanical and electrical installations for buildings.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The Framework Agreement will consist of five (5) Lots ("Lots") across a number of disciplines. The consultancy services required under the framework may cover any or all of the following activities: new build, refurbishment of existing buildings, general repairs and maintenance works, and listed buildings. It is intended that, following the two phase restricted process a maximum of three (3) Consultants will be appointed to each Lot.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: In line with the PCR 2015 the Framework Agreement will be let for a period of not exceeding four (4) years. It is intended that the Framework agreement will initially operate for two (2) years, with the option to extend, in accordance with the terms of the Framework agreement, for a further twelve (12) months after year two (2) and a further twelve (12) months in year three (3) to give a maximum duration of four (4) years in total.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: The procurement exercise follows a two phased restricted procedure. Phase 1 (the SQ phase) is the pre-qualification phase and will identify a shortlist of a minimum of five (5) consultants per Lot. Phase 2 is (the Award phase) Bidders who are shortlisted at SQ phase will be invited (in accordance with the ITT) to submit a tender at phase 2.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Structural and Civil Engineer Services
Lot No: Lot 2
II.2.2) Additional CPV codes:
71322000 - Engineering design services for the construction of civil engineering works.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The Framework Agreement will consist of five (5) Lots ("Lots") across a number of disciplines. The consultancy services required under the framework may cover any or all of the following activities: new build, refurbishment of existing buildings, general repairs and maintenance works, and listed buildings. It is intended that, following the two phase restricted process a maximum of three (3) Consultants will be appointed to each Lot.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: In line with the PCR 2015 the Framework Agreement will be let for a period of not exceeding four (4) years. It is intended that the Framework agreement will initially operate for two (2) years, with the option to extend, in accordance with the terms of the Framework agreement, for a further twelve (12) months after year two (2) and a further twelve (12) months in year three (3) to give a maximum duration of four (4) years in total.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: The procurement exercise follows a two phased restricted procedure. Phase 1 (the SQ phase) is the pre-qualification phase and will identify a shortlist of a minimum of five (5) consultants per Lot. Phase 2 is (the Award phase) Bidders who are shortlisted at SQ phase will be invited (in accordance with the ITT) to submit a tender at phase 2.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Lot 3 – Architect Services
Lot No: 3
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The Framework Agreement will consist of five (5) Lots ("Lots") across a number of disciplines. The consultancy services required under the framework may cover any or all of the following activities: new build, refurbishment of existing buildings, general repairs and maintenance works, and listed buildings. It is intended that, following the two phase restricted process a maximum of three (3) Consultants will be appointed to each Lot.
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: 6,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: In line with the PCR 2015 the Framework Agreement will be let for a period of not exceeding four (4) years. It is intended that the Framework agreement will initially operate for two (2) years, with the option to extend, in accordance with the terms of the Framework agreement, for a further twelve (12) months after year two (2) and a further twelve (12) months in year three (3) to give a maximum duration of four (4) years in total.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: The procurement exercise follows a two phased restricted procedure. Phase 1 (the SQ phase) is the pre-qualification phase and will identify a shortlist of a minimum of five (5) consultants per Lot. Phase 2 is (the Award phase) Bidders who are shortlisted at SQ phase will be invited (in accordance with the ITT) to submit a tender at Phase 2.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4

II.2.1) Title: Lot 4 – Project Manager Services
Lot No: 4
II.2.2) Additional CPV codes:
71541000 - Construction project management services.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The Framework Agreement will consist of five (5) Lots ("Lots") across a number of disciplines. The consultancy services required under the framework may cover any or all of the following activities: new build, refurbishment of existing buildings, general repairs and maintenance works, and listed buildings. It is intended that, following the two phase restricted process a maximum of three (3) Consultants will be appointed to each Lot.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: In line with the PCR 2015 the Framework Agreement will be let for a period of not exceeding four (4) years. It is intended that the Framework agreement will initially operate for two (2) years, with the option to extend, in accordance with the terms of the Framework agreement, for a further twelve (12) months after year two (2) and a further twelve (12) months in year three (3) to give a maximum duration of four (4) years in total.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: The procurement exercise follows a two phased restricted procedure. Phase 1 (the SQ phase) is the pre-qualification phase and will identify a shortlist of a minimum of five (5) consultants per Lot. Phase 2 is (the Award phase) Bidders who are shortlisted at SQ phase will be invited (in accordance with the ITT) to submit a tender at Phase 2.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5

II.2.1) Title: Lot 5 - Quantity Surveying and Cost Consultant Services
Lot No: Lot 5
II.2.2) Additional CPV codes:
71324000 - Quantity surveying services.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The Framework Agreement will consist of five (5) Lots ("Lots") across a number of disciplines. The consultancy services required under the framework may cover any or all of the following activities: new build, refurbishment of existing buildings, general repairs and maintenance works, and listed buildings. It is intended that, following the two phase restricted process a maximum of three (3) Consultants will be appointed to each Lot.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: In line with the PCR 2015 the Framework Agreement will be let for a period of not exceeding four (4) years. It is intended that the Framework agreement will initially operate for two (2) years, with the option to extend, in accordance with the terms of the Framework agreement, for a further twelve (12) months after year two (2) and a further twelve (12) months in year three (3) to give a maximum duration of four (4) years in total.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: The procurement exercise follows a two phased restricted procedure. Phase 1 (the SQ phase) is the pre-qualification phase and will identify a shortlist of a minimum of five (5) consultants per Lot. Phase 2 is (the Award phase) Bidders who are shortlisted at SQ phase will be invited (in accordance with the ITT) to submit a tender at Phase 2.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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:
Specific requirements to pursue the professional activity for each Lot are set out in the procurement documents
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Lot 1 – Mechanical and Electrical Engineer Services and Chartered Mechanical and Electrical Engineer Services (Potential Suppliers must hold Chartered status of the Chartered Institute of Building Services Engineers (CIBSE) or Association of Chartered Engineers (ACE) or equivalent)
Lot 2 – Structural and Civil Engineer Services (Potential Suppliers must hold Chartered status of the Institute of Civil Engineers (ICE) and Institute of Structural Engineers (IStructE)) or equivalent
Lot 3 – Architects Services (Potential Suppliers must hold Chartered status of the Royal Institute of British Architects (RIBA) or equivalent)
Lot 4 – Project Manager Services (Potential Suppliers must hold Fellow status of the Association for Project Management (APM), or Chartered status of the Royal Institute of British Architects (RIBA), or Chartered status of Royal Institution of Chartered Surveyors (RICS), or Chartered Status of the Institute of Building (CIOB) or equivalent).
Lot 5 - Quantity Surveyor and Cost Consultant Services (Potential Suppliers must hold Chartered status of Royal Institution of Chartered Surveyors (RICS) or equivalent
III.2.2) Contract performance conditions
Key performance Indicators for each Lot are set out 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: 15
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: Not Provided


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: 01/05/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 01/07/2019
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): 4



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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=384604267
VI.4) Procedures for review
VI.4.1) Review body:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133434104
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 27/03/2019

Annex A