Skip to main content.

University of Leeds: Professional Services Consultancy Framework (Projects over GBP 2M)

  University of Leeds has published this notice through Delta eSourcing

Notice Summary
Title: Professional Services Consultancy Framework (Projects over GBP 2M)
Notice type: Contract Notice
Authority: University of Leeds
Nature of contract: Services
Procedure: Restricted
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
Published: 27/03/2019 16:11

View Full Notice

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


View any Notice Addenda

UK-Leeds: Construction consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

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

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 29/03/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 230490   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 27/03/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2          
         Lot No: 1          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: Not provided          
         Read: To gain Access to this lot please use access code 48SYJ3337G
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.1          
         Lot No: 2          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: Not Provided          
         Read: To gain Access to this lot please use access code 6E5995V3N6
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2.1          
         Lot No: 3          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: Not Provided          
         Read: To gain Access to this lot please use access code 768MD79D64
                                    
      
      VII.1.2) Text to be corrected in original notice No: 4
                  
         Section Number: II.2.1          
         Lot No: 4          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: Not Provided          
         Read: To gain Access to this lot please use access code T226PV863F
                                    
      
      VII.1.2) Text to be corrected in original notice No: 5
                  
         Section Number: II.2.1          
         Lot No: 5          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: Not Provided          
         Read: To gain Access to this lot please use access code 49DC5664UF
                                    
      
      VII.1.2) Text to be corrected in original notice No: 6
                  
         Section Number: II.2.1          
         Lot No: 6          
         Place of text to be modified: II.2.14) Additional information          
         Instead of: Not Provided          
         Read: To gain Access to this lot please use access code GE6W3TS7X2
                                    
   
VII.2) Other 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-Leeds:-Construction-consultancy-services./GE6W3TS7X2

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/GE6W3TS7X2


View Award Notice