UK-Bradford: Construction consultancy services.

UK-Bradford: Construction consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
University of Bradford
Richmond Road, Bradford, BD7 1DP, United Kingdom
Tel. +44 1274232323, Email: e.wilkinson@bradford.ac.uk
Contact: Ellie Wilkinson
Main Address: https://neupc.delta-esourcing.com/
NUTS Code: UKE41
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://www.delta-esourcing.com/tenders/UK-UK-Bradford:-Construction-consultancy-services./2M9W65J8S6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Framework Agreement for Estates Professional Services / Consultancy
Reference Number: 0751
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of professional services / consultancy services to the Properties and Engineering teams at the University of Bradford, for a max.4-year period. Services are to be called off as and when required.

This framework agreement is split into two Lots as follows:

1) Lot 1 - Property Services Consultancy
2) Lot 2 - Engineering Consultancy

***Please note that this framework is for consultancy services only, and not for the delivery of works***

The ITT document is available via the Delta eProcurement portal - https://neupc.delta-esourcing.com.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
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: 2
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: Lot 1 - Property Services Consultancy
Lot No: 1
II.2.2) Additional CPV codes:
71311000 - Civil engineering consultancy services.
71311300 - Infrastructure works consultancy services.
71312000 - Structural engineering consultancy services.
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71530000 - Construction consultancy services.

II.2.3) Place of performance:
UKE41 Bradford

II.2.4) Description of procurement: Provision of professional services / consultancy services to the Properties and Engineering teams at the University of Bradford, for a max.4-year period. Services are to be called off as and when required.

Lot 1 - Property Services Consultancy
Roles include, but not limited to Project Manager, Principal Designer, Lead/Monitoring Consultant (Clerk of Works), CDM Consultant, Quantity Surveyor/Cost Consultant, Chartered Building Surveyors, Architect, Structural/Civil Engineer, Space planning, etc.

***Please note that this framework is for consultancy services only, and not for the delivery of any works***

Please read the ITT document carefully for details of what is required for the services. The ITT document is available via the Delta eProcurement portal - https://neupc.delta-esourcing.com/.
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: 728,000
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: The Supplier shall be prepared to commence the service on 1st November 2020. The duration of the contract will initially be for a period of two years until 31st October 2022, with an option to extend the contract for a further period or periods not exceeding two years as a maximum, until 31st October 2024

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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2M9W65J8S6
II.2) Description Lot No. 2

II.2.1) Title: Lot 2 - Engineering Consultancy
Lot No: 2
II.2.2) Additional CPV codes:
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.

II.2.3) Place of performance:
UKE41 Bradford

II.2.4) Description of procurement: Provision of professional services / consultancy services to the Properties and Engineering teams at the University of Bradford, for a max.4-year period. Services are to be called off as and when required.

Lot 2 - Engineering Consultancy
Roles include, but are not limited to, mechanical and electrical engineering consultant.

***Please note that this framework is for consultancy services only, and not for the delivery of any works***

Please read the ITT document carefully for details of what is required for the services. The ITT document is available via the Delta eProcurement portal - https://neupc.delta-esourcing.com/.
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: 272,000
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: The Supplier shall be prepared to commence the service on 1st November 2020. The duration of the contract will initially be for a period of two years until 31st October 2022, with an option to extend the contract for a further period or periods not exceeding two years as a maximum, until 31st October 2024

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:
Criteria are detailed in the ITT Selection Questionnaire
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
Contract performance conditions are detailed in the ITT Specification and Conditions of Contract
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: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

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: 6
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: 21/09/2020 Time: 12:00

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): 6

IV.2.7) Conditions for opening of tenders:
Date: 21/09/2020
Time: 12:00
Place:
Bradford


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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Bradford:-Construction-consultancy-services./2M9W65J8S6

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/2M9W65J8S6
VI.4) Procedures for review
VI.4.1) Review body:
University of Bradford
Richmond Road, Bradford, BD7 1DP, United Kingdom
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: 17/08/2020

Annex A