Skip to main content.

University of Bradford: Framework Agreement for Estates Professional Services / Consultancy

  University of Bradford is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework Agreement for Estates Professional Services / Consultancy
Notice type: Contract Notice
Authority: University of Bradford
Nature of contract: Services
Procedure: Open
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.
Published: 17/08/2020 12:50
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice