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

Environment Building Design Services.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The University of York
Heslington
Contact point(s): Procurement Office
For the attention of: Michael McGill
YO10 5BR York
UNITED KINGDOM
Telephone: +44 1904328211
E-mail:

Internet address(es):

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

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
Environment Building Design Services.
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
Main site or location of works, place of delivery or of performance: The University of York campus, Heslington, York.

NUTS code UKE21

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
The University of York is looking to design and build a 3 832 m2 GFA Environmental Building including research laboratories, teaching space, office space and associated domestic facilities on its Heslington campus in York.
Estimated construction value of the scheme is in the range GBP 6,0 million to GBP 7,0 million, ex VAT.
This Contract Notice was for the recruitment of the design team for this scheme.
The following design services were required:
- Architect
- Civil and Structural Engineer
- Mechanical and Electrical Engineer
- BREEAM Consultant/Assessor
The University was looking to contract solely with the Architect and for the Architect to provide and be responsible for the additional disciplines.
The design team will be required to produce a design to RIBA Stage D/E and then assist the University"s project team during the tender and construction phases. It is not intended to novate the design team to the Main Contractor. The design team will be retained as the University's independent Technical Advisors and provide design peer review and approval services through the detailed design, construction and handover phases of the project. The design team will not be permitted to engage with or advise main contractors (other than on behalf of the University).
II.1.5)Common procurement vocabulary (CPV)

71240000, 71221000, 71320000, 71321000, 71322000, 71220000, 71245000, 71530000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 310 502,50 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Legal Status; Financial Information; Environmental Management and Sustainability were evaluated on a pass/fail basis. Weighting 0
2. Quality Management; Capability and Previous Experience; References were evaluated on a pass/fail basis. Weighting 0
3. Proposed project design team. Weighting 10
4. Understanding the brief. Weighting 10
5. Methodology for undertaking the works and proposed programme. Weighting 5
6. Sustainable and environmental design experience. Weighting 10
7. Conceptual illustrations. Weighting 5
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
UY/SD/209
IV.3.2)Previous publication(s) concerning the same contract
no

Section V: Award of contract

V.1)Date of contract award decision:
7.11.2013
V.2)Information about offers
Number of offers received: 17
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Bond Bryan Architects Ltd
The Church Studio, Springvale Road
S10 1LP Sheffield
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 300 000 GBP
Excluding VAT
Total final value of the contract:
Value: 310 502,50 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

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: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

See VI.3.2

Body responsible for mediation procedures

See VI.3.2

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The University of York has incorporated the minimum 10 calendar day standstill period at the point information on the award of the contract was communicated to tenderers. This period allowed unsuccessful tenderers to seek further debriefing before the contract was entered into.
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.3.3)Service from which information about the lodging of appeals may be obtained

See VI.3.2

VI.4)Date of dispatch of this notice:
5.12.2013