By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Provision of Design Team Services for Newcastle University's Armstrong Building Renovation Project.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Newcastle University
Kings Gate
Contact point(s): www.ncl-tenders.co.uk/suppliers
For the attention of: Neil Addison
NE1 7RU Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912227472
E-mail:
Fax: +44 1912228845

Internet address(es):

General address of the contracting authority: www.ncl.ac.uk

Address of the buyer profile: www.ncl-tenders.co.uk/suppliers

Electronic access to information: www.ncl-tenders.co.uk/suppliers

Electronic submission of tenders and requests to participate: www.ncl-tenders.co.uk/suppliers

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Provision of Design Team Services for Newcastle University's Armstrong Building Renovation Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKC22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
This contract is for the appointment of a building surveyor to appoint and lead a multi disciplinary design team for the design of the Armstrong Building renovation programme , Newcastle upon Tyne. The gross estimated project cost is GBP10million including VAT and all fees.
II.1.6)Common procurement vocabulary (CPV)

71251000, 71312000, 71315210

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The scope of this contract relates specifically to the undertaking of architectural design and lead consultant services for Newcastle University for the design of the Armstrong Building renovation programme. This requires the successful company to directly employ the mechanical and electrical design consultant, structural/civil engineer and other consultants typically required for a building of this scale and type as agreed with the University.
Estimated value excluding VAT: 600 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 4.2.2014. Completion 3.2.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee may be required depending on the status of the supplier.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the invitation to tender documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint & Several Liability
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ document
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ document
Minimum level(s) of standards possibly required: As detailed in the PQQ document
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ document.
Minimum level(s) of standards possibly required:
As detailed in the PQQ document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no

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
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
NU/0877
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.12.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.12.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
13.1.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 7.2.2014 - 14:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Please register your interest in this contract via our Due North e-tendering portal, which can be found at https://www.ncl-tenders.co.uk/suppliers

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See VI.4.2 below
UNITED KINGDOM

Body responsible for mediation procedures

See VI.4.2 below
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained

See VI.4.2 above
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
21.11.2013