Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Worcester
Henwick Grove
Worcester
WR2 6AJ
UK
Contact person: Joe Stock
E-mail: J.Stock@worc.ac.uk
NUTS: UKG12
Internet address(es)
Main address: http://www.worc.ac.uk/
Address of the buyer profile: https://in-tendhost.co.uk/universityofworcester
I.1) Name and addresses
University of Worcester
Henwick Grove
Worcester
WR2 6AJ
UK
Contact person: Joe Stock
E-mail: J.Stock@worc.ac.uk
NUTS: UKG12
Internet address(es)
Main address: http://www.worc.ac.uk/
Address of the buyer profile: https://in-tendhost.co.uk/universityofworcester
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/universityofworcester
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
UOW771 Cost Management (“CM”) Consultancy Framework Agreement
Reference number: UOW771
II.1.2) Main CPV code
71242000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Worcester (UOW) is seeking a suitably qualified, experienced, knowledgeable and innovative consultants to provide cost management consultancy services on any or all of the following: new build, refurbishment of existing buildings, general repairs and maintenance works, and listed buildings. This appointment will support the UOW and its subsidiary UW Developments Ltd (the call-off authorities).
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
CM1 Cost Management Consultancy – Project value below £500K
II.2.2) Additional CPV code(s)
71242000
71244000
II.2.3) Place of performance
NUTS code:
UKG12
II.2.4) Description of the procurement
CM1 Cost Management Consultancy — Project value below 500 000 GBP.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 framework will operate for a minimum of 36 months with the option to extend up to the maximum 48 months in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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:
No
II.2.14) Additional information
As per tender specification.
Lot No: 2
II.2.1) Title
CM2 Cost Management Consultancy – Project value between £500K and £10M
II.2.2) Additional CPV code(s)
71242000
71244000
II.2.3) Place of performance
NUTS code:
UKG12
II.2.4) Description of the procurement
CM2 Cost Management Consultancy — Project value between 500 000 GBP and 10 000 000 GBP.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 framework will operate for a minimum of 36 months with the option to extend up to the maximum 48 months in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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:
No
II.2.14) Additional information
As per tender specification.
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 as stated in the procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Criteria as stated in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Criteria as stated in the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Criteria as stated 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 8
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/05/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/05/2020
Local time: 12:00
Place:
University of Worcester, Henwick Grove, WR2 6AJ Worcester.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Applicants do not need to contact the university to request to participate, simply register on our in-tend procurement portal and the invitation to tender documents are available for download, at: https://in-tendhost.co.uk/universityofworcester
The University reserves the right to cancel this procurement at any stage and not to award the contract.
This contract will also be made available to the following contracting authorities, see the following websites for details:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG
http://www.education.gov.uk/edubase/home.xhtml
http://www.nwupc.ac.uk/members/index.php
http://www.apuc-scot.ac.uk/#!/members
http://www.hepcw.ac.uk/about-us-2/
http://www.lupc.ac.uk/list-of-members.html
http://www.neupc.ac.uk/our-members
http://supc.procureweb.ac.uk/about-us
http://www.cpc.salford.ac.uk/members
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: University of Worcester will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (as amended) ([input] The Regulations [input]) provide for aggrieved parties who have been harmed or who are at risk of harm by breach of the Regulations to bring proceedings in the Royal Courts of Justice. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.5) Date of dispatch of this notice
31/03/2020