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

Oxstalls Campus Development - Design Team Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

University of Gloucestershire
Delta Place, 27 Bath Road
Contact point(s): Procurement and Contract Manager
For the attention of: Robin Hare/Suz Swan
GL53 7TH Cheltenham
UNITED KINGDOM
Telephone: +44 1242714178
E-mail:

Internet address(es):

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

Address of the buyer profile: http://www.glos.ac.uk/partnerships/pages/procurement.aspx

Electronic access to information: https://www.contractsfinder.service.gov.uk/Notice/6d86e399-19ec-4edd-ae4e-dbbe103957dc

Further information can be obtained from: University of Gloucestershire
Delta Place, 27 Bath Road
Contact point(s): Procurement and Contract Manager
For the attention of: Robin Hare / Suz Swan
GL53 7TH Cheltenham
UNITED KINGDOM
Telephone: +44 1242714178
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Contract Finder Website

Tenders or requests to participate must be sent to: University of Gloucestershire
For the attention of: Robin Hare / Suz Swan
E-mail:

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:
Oxstalls Campus Development - Design Team Service.
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 UKK1

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)
The University of Gloucestershire (‘The Employer’) has the requirement for a single economical operator (‘The Supplier’) with relevant capacity, capability and experience to provide a design team service for the next stage of the Oxstalls Development. The high level output for this commission is expected to include, but may not be limited to:
- Lead designer.
- Architect.
- Civil and structural engineer.
- Building services engineer.
- Planning consultant.
- Fire engineer.
- Interior and lighting designer
- Acoustic consultant.
- Environmental consultant.
- Highways consultant.
- Landscape architect.
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:
This contract notice seeks to receive Requests to Participate (RTP) from consultant teams to develop a detailed planning application for the development of facilities described, to design works and undertake duties through all RIBA Design Stages. For the avoidance of any doubt the University seeks to receive ‘team only’ requests to participate. Requests to participate relative to individual design team roles will are not required and will not be considered. The University anticipates a construction programme that will achieve practical completion no later than June 2018. The University will be seeking procurement advice but at this stage anticipates entering into a Design and Build Contract with the Designers appointed through this tender process being novated at Design Stage 4, Technical Design to the appointed Contractor. The University will be procuring Project Management and Quantity Surveying services as a separate exercise to this tender process.
Estimated value excluding VAT:
Range: between 1 and 2 000 000 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
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to tender pack information.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to tender pack information.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to tender pack information.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to tender pack information.
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: Please refer to tender pack information.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender pack information.
Minimum level(s) of standards possibly required: Please refer to tender pack information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to tender pack information.
Minimum level(s) of standards possibly required:
Please refer to tender pack information.
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 minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: Please refer to tender pack information.
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:
UOG/15/356/REO
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: 19.10.2015 - 14:30
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.10.2015 - 14:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.11.2015
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
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

Suppliers intending to submit a request to participate should e-mail their contact details to so that they can be included on the clarification response list during the tendering process.

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

University of Gloucestershire
UNITED KINGDOM
E-mail:

Body responsible for mediation procedures

University of Gloucestershire
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeals need to be made in accordance with the provisions of Chapters 5 and 6 of the Public Contracts Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained

legislation.gov.uk web site
UNITED KINGDOM
Internet address: http://www.legislation.gov.uk/uksi/2015/102/part/3/chapter/6/made

VI.5)Date of dispatch of this notice:
18.9.2015