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

Copperas Hill Redevelopment - Architectural Services (LJMU 14/02).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Liverpool John Moores University
Finance, Kingsway House, Hatton Garden
For the attention of: Shaun McDonald, Procurement Officer
L3 2AJ Liverpool
UNITED KINGDOM
Telephone: +44 1519046495
E-mail:

Internet address(es):

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

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:
Copperas Hill Redevelopment - Architectural Services (LJMU 14/02).
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: Liverpool John Moores University.

NUTS code UKD52

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)
Liverpool John Moores University (the University) has purchased the former Royal Mail Post Office (the Site) situated at Copperas Hill, Liverpool, L3 1AA. The University has confirmed its intent to redevelop the Site as part of its Strategic Plan 2012-2017.
The University Strategic Plan sets out the creation of a Connected University Village (the Village) within the Knowledge Quarter of Liverpool. It is envisaged that the development of the Site will create the central hub of the Village and will connect all University campuses within the Knowledge Quarter.
The Site is approximately 1.4 hectares and is bound by Copperas Hill, Russell Street, Royal Mail Street and Hawke Street. Primary adjoining owners comprise of; Network Rail (Lime Street railway cuttings & the underground loop line), The Unite Group (Student Housing - Copperas Hill), Riverside Housing (Russell Street) and the Britannia Group (Hotel - Hawke Street and Temporary Car Park - Royal Mail Street).

The Site contains an existing building, the former Royal Mail sorting office (the Building). The Building is five storeys in height, inclusive of lower ground levels and has an approximate Gross Internal Floor Area (GIFA) of 24 000 m2. The Building construction is comprised of a structural steel frame, with insitu concrete floor slabs, pre-cast concrete cladding panels and masonry to external cores.

On completion of redevelopment it is presently anticipated that the site will provide circa 30-40 000 m2 of accommodation with a capital value in excess of 50m GBP.

The University wish to appoint an Architectural practice or company to provide a single point engagement for the provision of Architectural Services to deliver the full architectural services (RIBA Stage 1 and onwards to completion including verification and completion of the initial project brief) for the Copperas Hill project.
The architectural design services sought under this procurement will consist of a single appointment covering the following services and duties;
- Architectural Design (encompassing the Lead Design Consultant role)
- Façade Engineering
- Interiors and FF&E; Design
- Acoustic Engineering
- DDA (Equality Act) Compliance
- Landscape Design (Hard and Soft)
A detailed suite of appointment documentation and associated scope of services will be provided as part of the next stage of the procurement activities.
II.1.6)Common procurement vocabulary (CPV)

71220000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
As detailed in the PQQ documents.
Estimated value excluding VAT:
Range: between 60 000 000 and 80 000 000 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 1.6.2014. Completion 31.8.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the PQQ documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the PQQ documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the PQQ documentation.
III.1.4)Other particular conditions
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 documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ documentation.
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: yes
Reference to the relevant law, regulation or administrative provision: Registered on the appropriate Professional or Trade Register (of the relevant State in which the economic operator is established) to provide - Architectural Services.
III.3.2)Staff responsible for the execution of the service

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
Objective criteria for choosing the limited number of candidates: By assessing PQQ returns against the two main criteria of 75 % Technical Capacity and Ability and 25 % Financial Standing - the detailed breakdown of these criteria is shown in the PQQ documentation
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
LJMU 14/02 - Copperas Hill Architects
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: 24.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.3.2014
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

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: yes
Reference to project(s) and/or programme(s): The university are investigating the possibilities of grant funding for delivering additional social and economic engagement activities which are currently outside the remit of proposed development. The Architect will be expected to assist with this task and provide any information for grant funding bodies such as ERDF, HLF or Sport England.
VI.3)Additional information
All requests for PQQ documents must be submitted by e-mail to the contact point indicated. Completed PQQ should be returned, using the postal labels provided, to arrive no later than 12:00 noon Monday 3.3.2014.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.1.2014