The University of Liverpool : Quantity Surveyor - Redevelopment of residential, commercial & sports facilities at Greenbank site

  The University of Liverpool has published this notice through Delta eSourcing

Notice Summary
Title: Quantity Surveyor - Redevelopment of residential, commercial & sports facilities at Greenbank site
Notice type: Contract Notice
Authority: The University of Liverpool
Nature of contract: Services
Procedure: Restricted
Short Description: The University of Liverpool is seeking to fully redevelop its residential, commercial and sports facility at its Greenbank site. The site occupies 8.4 hectares set in the Sefton Park conservation area approximately 2.5 miles to the South of the main city centre campus. This development will involve a mixture of demolition & new build as well as refurbishment. One of the buildings to be refurbished is Grade 2* listed and the other building whilst not listed for all intent and purposes should be treated as if it was listed due to its architectural merit and current sensitivity highlighted in the Heritage assessment. The works must be phased to allow continuous use of the existing catering provision currently located at the site. A heritage assessment has been completed and agreed with LCC and a previous feasibility study was undertaken but since the brief has been re-developed this information should be used as guidance in relation to limitations on mass & scale. The appointment will be to undertake the require design services to develop the project brief into design proposals within the available build budgets and to secure the required consents. All appointments will be for the full delivery of the scheme to be delivered under (but not limited to) JCT form of contract. The construction budgets are New Build circa £50m, Refurbishment circa £4m & sports/recreation facilities circa £4m, these are subject to the total number of students accommodated on the site
Published: 06/06/2013 15:11

View Full Notice

UK-Liverpool: Quantity surveying services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University of Liverpool Construction Company (ULCCO)
      Procurement, Bedford House, Oxford Street, Liverpool, L69 7ZP, United Kingdom
      URL: https://in-tendhost.co.uk/liverpooluni/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Other: University

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      Not Provided

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Quantity Surveyor - Redevelopment of residential, commercial & sports facilities at Greenbank site
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKD52 - Liverpool         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Quantity surveying services. The University of Liverpool is seeking to fully redevelop its residential, commercial and sports facility at its Greenbank site. The site occupies 8.4 hectares set in the Sefton Park conservation area approximately 2.5 miles to the South of the main city centre campus. This development will involve a mixture of demolition & new build as well as refurbishment. One of the buildings to be refurbished is Grade 2* listed and the other building whilst not listed for all intent and purposes should be treated as if it was listed due to its architectural merit and current sensitivity highlighted in the Heritage assessment. The works must be phased to allow continuous use of the existing catering provision currently located at the site. A heritage assessment has been completed and agreed with LCC and a previous feasibility study was undertaken but since the brief has been re-developed this information should be used as guidance in relation to limitations on mass & scale. The appointment will be to undertake the require design services to develop the project brief into design proposals within the available build budgets and to secure the required consents. All appointments will be for the full delivery of the scheme to be delivered under (but not limited to) JCT form of contract. The construction budgets are New Build circa £50m, Refurbishment circa £4m & sports/recreation facilities circa £4m, these are subject to the total number of students accommodated on the site
         
      II.1.6)Common Procurement Vocabulary:
         71324000 - Quantity surveying services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided

Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As detailed in the Pre-Qualification Questionnaire/Tender      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As detailed in the Pre-Qualification Questionnaire/Tender      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed in the Pre-Qualification Questionnaire/Tender         
         Minimum Level(s) of standards possibly required:
         As detailed in the Pre-Qualification Questionnaire/Tender
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed in the Pre-Qualification Questionnaire/Tender         
         Minimum Level(s) of standards possibly required:
         As detailed in the Pre-Qualification Questionnaire/Tender      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 08/07/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The design team procurement will comprise the following process: Evaluation of submitted Pre-Qualification Questionnaires to identify a preferred shortlist of 5 to 8. These shortlisted organisations will be issued with tender documents; Evaluate tenders as detailed in the invitation to tender documents; Conduct tender clarification meetings as may be required; Select and appoint design team. To be short-listed applicants must be able to demonstrate, a proven track record in the successful delivery of similar projects and values, including refurbishment and new build of residential accommodation, catering facilities and sports provision. To demonstrate a track record of delivering similar projects to defined timescales and construction budgets; The provision of appropriate team expertise and resources to deliver the project; Agreement to the appointment being under the ULCCO's standard deed of appointment, without amendment. Final selection from those shortlisted and invited to tender may be required to attend a tender clarification meeting to fully understand their design philosophy in delivering the brief and strategy, as well as understanding the management of the design team by the lead designer and how the other design team disciplines will co-ordinate / collaborate to deliver the project. The documentation is located on the following web site https://in-tendhost.co.uk/liverpooluni Select ‘Tenders’ from the top menu bar, select ‘current’, then click ‘view details’ button. To gain full access to this website and documentation you need to log in using your existing registration details or click the ‘Register’ button if you have not registered before. When registering PLEASE make sure the ‘publish e-mail address’ field is completed accurately as this will receive all automated correspondence. Please return your submission as detailed in the document. The submitted tender will be evaluated in accordance with the criteria stated in the invitation to tender documents. All dates, time periods and quantities indicated in this Notice are provisional only and ULCCO reserves the right to change the same if circumstances so dictate. ULCCO reserves the right not to enter in to any contract pursuant to this Notice and to withdraw from this procurement exercise at any time.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=62558336
GO-201366-PRO-4857953 TKR-201366-PRO-4857952
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 06/06/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Liverpool: Quantity surveying services.

Section I: Contracting Authority
   Title: UK-Liverpool: Quantity surveying services.
   I.1)Name, Addresses and Contact Point(s):
      University of Liverpool Construction Company (ULCCO)
      Procurement, Bedford House, Oxford Street, Liverpool, L69 7ZP, United Kingdom
      URL: https://in-tendhost.co.uk/liverpooluni/

   I.2)Type of the contracting authority:
      Other: University

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      Not Provided

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Quantity Surveyor - Redevelopment of residential, commercial & sports facilities at Greenbank site      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKD52 - Liverpool         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Quantity surveying services. The University of Liverpool is seeking to fully redevelop its residential, commercial and sports facility at its Greenbank site. The site occupies 8.4 hectares set in the Sefton Park conservation area approximately 2.5 miles to the South of the main city centre campus. This development will involve a mixture of demolition & new build as well as refurbishment. One of the buildings to be refurbished is Grade 2* listed and the other building whilst not listed for all intent and purposes should be treated as if it was listed due to its architectural merit and current sensitivity highlighted in the Heritage assessment. The works must be phased to allow continuous use of the existing catering provision currently located at the site. A heritage assessment has been completed and agreed with LCC and a previous feasibility study was undertaken but since the brief has been re-developed this information should be used as guidance in relation to limitations on mass & scale. The appointment will be to undertake the require design services to develop the project brief into design proposals within the available build budgets and to secure the required consents. All appointments will be for the full delivery of the scheme to be delivered under (but not limited to) JCT form of contract. The construction budgets are New Build circa £50m, Refurbishment circa £4m & sports/recreation facilities circa £4m, these are subject to the total number of students accommodated on the site
      II.1.5)Common procurement vocabulary:
         71324000 - Quantity surveying services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Service proposal - 45
         Proposed project team experience - 10
         Specific project approach/methodology demonstrating - 25
         Project risk - 5
         Acceptance of terms and conditions - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 110 - 188271 of 08/06/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 06/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Gleeds
         Postal address: Cardinal House, St. Mary's Parsonage
         Town: Manchester
         Postal code: M3 2LY
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=84787822
GO-2014121-PRO-5404673 TKR-2014121-PRO-5404672   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 21/01/2014