University of Leicester: LUV00821 - Principal Designer Services

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

Notice Summary
Title: LUV00821 - Principal Designer Services
Notice type: Contract Notice
Authority: University of Leicester
Nature of contract: Supplies
Procedure: Open
Short Description: The University of Leicester is seeking to implement a framework agreement for provision for Principal Designer Services. The University of Leicester is seeking proposals from suitably qualified and experienced Principal Designer consultancy practices to provide the service across the full range of projects. The agreement will start on 3rd December 2018 running for an initial 2 year period with an option to extend by a further 2 years.
Published: 05/10/2018 17:13
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-Leicester: Construction consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             The University of Leicester
             Procurement Unit, University Road, Leicester, LE1 7RH, United Kingdom
             Email: lucy.elms@leicester.ac.uk
             Main Address: http://www.le.ac.uk, Address of the buyer profile: http://www2.le.ac.uk/offices/finance/information-for-staff/financial-operations/procurement
             NUTS Code: UKF21
      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: http://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-consultancy-services./6B76685436
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-consultancy-services./6B76685436 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: LUV00821 - Principal Designer Services       
      Reference Number: LUV00821
      II.1.2) Main CPV Code:
      71530000 - Construction consultancy services.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The University of Leicester is seeking to implement a framework agreement for provision for Principal Designer Services.
The University of Leicester is seeking proposals from suitably qualified and experienced Principal Designer consultancy practices to provide the service across the full range of projects.
The agreement will start on 3rd December 2018 running for an initial 2 year period with an option to extend by a further 2 years.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71520000 - Construction supervision services.
      71540000 - Construction management services.
      
      II.2.3) Place of performance:
      UKF21 Leicester
      
      II.2.4) Description of procurement: The Agreement is not split into lots, the providers must be able to provide services to the University for the full range of projects regardless of complexity, value and duration.
The University has developed a schedule of services which are based upon (but note the same as) the industry standard from the Association of Project Safety Form of Appointment. The terms and conditions relating to the appointment will the the Joint Contracts Tribunal Consultancy Agreement 2016 with some minor amendments, details of which are included within the tender documents.
      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: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Yes       
      Identification of the project: For information, some projects procured via this procurement might be fully, or partially funded by European Regional Development Fund.             
      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:          
      Not Provided       
      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.2.2) Contract performance conditions          
      Not Provided          
      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 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: 3           
         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: 05/11/2018 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): 5
      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/11/2018
         Time: 12:30
      

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://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Construction-consultancy-services./6B76685436

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6B76685436
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Leicester
       University Road, Leicester, LE1 7RH, United Kingdom
       Tel. +44 1162297527
   VI.4.2) Body responsible for mediation procedures:
             University of Leicester
          University Road, Leicester, LE1 7RH, United Kingdom
          Tel. +44 1162297527
   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: 05/10/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Leicester: Construction consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The University of Leicester
       Procurement Unit, University Road, Leicester, LE1 7RH, United Kingdom
       Email: lucy.elms@leicester.ac.uk
       Main Address: http://www.le.ac.uk, Address of the buyer profile: http://www2.le.ac.uk/offices/finance/information-for-staff/financial-operations/procurement
       NUTS Code: UKF21

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: LUV00821 - Principal Designer Services            
      Reference number: LUV00821

      II.1.2) Main CPV code:
         71530000 - Construction consultancy services.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The University of Leicester is seeking to implement a framework agreement for provision for Principal Designer Services.
The University of Leicester is seeking proposals from suitably qualified and experienced Principal Designer consultancy practices to provide the service across the full range of projects.
The agreement will start on 3rd December 2018 running for an initial 2 year period with an option to extend by a further 2 years.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71520000 - Construction supervision services.
            71540000 - Construction management services.


      II.2.3) Place of performance
      Nuts code:
      UKF21 - Leicester
   
      Main site or place of performance:
      Leicester
             

      II.2.4) Description of the procurement: The Agreement is not split into lots, the providers must be able to provide services to the University for the full range of projects regardless of complexity, value and duration.
The University has developed a schedule of services which are based upon (but note the same as) the industry standard from the Association of Project Safety Form of Appointment. The terms and conditions relating to the appointment will the the Joint Contracts Tribunal Consultancy Agreement 2016 with some minor amendments, details of which are included within the tender documents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: Yes
         Reference to project(s) and/or programme(s): For information, some projects procured via this procurement might be fully, or partially funded by European Regional Development Fund.

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2018/S 194-438495
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: LUV00821    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/01/2019

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Callidus Health & Safety Ltd
             Unit 3 Landmark Court, Leeds, United Kingdom
             NUTS Code: UKE42
            The contractor is an SME: No
         
         Contractor (No.2)
             Rider Levett Bucknall UK Limited
             15 Colmore Row, Birmingham, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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://www.delta-esourcing.com/delta/viewNotice.html?noticeId=372891836

   VI.4) Procedures for review

      VI.4.1) Review body
          University of Leicester
          University Road, Leicester, LE1 7RH, United Kingdom
          Tel. +44 1162297527

      VI.4.2) Body responsible for mediation procedures
          University of Leicester
          University Road, Leicester, LE1 7RH, United Kingdom
          Tel. +44 1162297527

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 25/02/2019