Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
University Road
SOUTHAMPTON
SO17 1BJ
Contact
Mary Shelley Kowoh Tisanjoh
Telephone
+44 2380595000
Country
United Kingdom
NUTS code
UKJ32 - Southampton
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityofsouthampton
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Project & Cost Management Construction Consultancy Services for the University of Southampton North East Quadrant Redevelopment
Reference number
2021UoS-0249
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Southampton is seeking suitably qualified construction project and cost management consultancy services to support the redevelopment of the North East Quadrant (NEQ) of the University's Highfield Campus. The redevelopment project is being considered to provide a new visual gateway and functional focus to the University, to refocus a space currently used predominantly for car parking into productive academic use and to help as an attractor to students and staff from both the UK and internationally.
The requirement for project and cost management construction consultancy services will include, but not be limited to, the following:
Project Management Consultancy Services
The coordination and management of the project and programming and agreeing timescales and activities of the Project Team;
Act as coordinating Lead Consultant and Contract Administrator under the building contract;
Establish and manage systems and procedures to meet all project objectives;
Manage key project processes;
At each work stage take the lead responsibility for project programming, construction and logistics planning as necessary
Provide resources such as building surveyor, clerk of works and approved inspector services as necessary
Cost Management Consultancy Services
The provision of cost management services;
Cost planning (including building engineering services and mechanical handling and process equipment);
Whole life cost and cost in use analysis.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Project Management Construction Consultancy Services for the North East Quadrant Redevelopment
Lot No
1
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 71248000 - Supervision of project and documentation
- 71311300 - Infrastructure works consultancy services
- 71315200 - Building consultancy services
- 71530000 - Construction consultancy services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
The University Estate or other as determined by the University.
two.2.4) Description of the procurement
The University of Southampton is seeking suitably qualified project management construction consultancy services to support the redevelopment of the North East Quadrant (NEQ) of the University's Highfield Campus.
Much of the main Highfield Campus was built in the 1960s during the post-war expansion of higher education and was appropriately scaled for 3,000 students. Student numbers today exceed 23,000 which puts considerable pressure on aging facilities some of which are inadequate, inflexible and inefficient by today's standards, as well as expensive to run.
A project on the North East Quadrant of the Highfield Campus is therefore being considered as a development to provide a new visual gateway and functional focus to the University, to refocus a space used predominantly for car parking into productive academic use and help act as an attractor to students and staff from both the UK and internationally.
The project has considerable potential to enhance the student, staff and visitor experience and will encompass rethinking of the North East part of campus pedestrian and vehicular routes and flows, servicing strategies, enhancement of the public realm, and add functions commensurate with the expectations of a leading Russell Group university.
The full Project Management scope of services are detailed in File 4 but will include, but is not limited to, the following:
- The coordination and management of the project and programming and agreeing timescales and activities of the Project Team;
- Act as coordinating Lead Consultant and contract administrator under the building contract;
- Establish and manage systems and procedures to meet all project objectives;
- Manage key project processes;
At each work stage take the lead responsibility for project programming, construction and logistics planning as necessary
- Provide resources such as building surveyor, clerk of works and Approved Inspector services as necessary
two.2.5) Award criteria
Quality criterion - Name: Resource / Weighting: 20%
Quality criterion - Name: Method statement/proposal / Weighting: 20%
Quality criterion - Name: Programme / Weighting: 10%
Quality criterion - Name: Logistics and Management of Disruption / Weighting: 15%
Quality criterion - Name: Risk Analysis and Management / Weighting: 15%
Cost criterion - Name: Price / Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Cost Management Construction Consultancy Services for the North East Quadrant Redevelopment
Lot No
2
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
- 71246000 - Determining and listing of quantities in construction
- 71311300 - Infrastructure works consultancy services
- 71313410 - Risk or hazard assessment for construction
- 71315200 - Building consultancy services
- 71324000 - Quantity surveying services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
The University Estate or other as determined by the University
two.2.4) Description of the procurement
The University of Southampton is seeking suitably qualified cost management construction consultancy services to support the redevelopment of the North East Quadrant (NEQ) of the University's Highfield Campus.
Much of the main Highfield Campus was built in the 1960s during the post-war expansion of higher education and was appropriately scaled for 3,000 students. Student numbers today exceed 23,000 which puts considerable pressure on aging facilities some of which are inadequate, inflexible and inefficient by today's standards, as well as expensive to run.
A project on the North East Quadrant of the Highfield Campus is therefore being considered as a development to provide a new visual gateway and functional focus to the University, to refocus a space used predominantly for car parking into productive academic use and help act as an attractor to students and staff from both the UK and internationally.
The project has considerable potential to enhance the student, staff and visitor experience and will encompass rethinking of the North East part of campus pedestrian and vehicular routes and flows, servicing strategies, enhancement of the public realm, and add functions commensurate with the expectations of a leading Russell Group university.
The full Cost Management scope of services are detailed in File 4 but will include, but is not limited to, the following:
- The provision of cost management services;
- Cost planning (including building engineering services and mechanical handling and process equipment);
- Whole life cost and cost in use analysis.
two.2.5) Award criteria
Quality criterion - Name: Resource / Weighting: 20%
Quality criterion - Name: Method statement/proposal / Weighting: 20%
Quality criterion - Name: Programme / Weighting: 10%
Quality criterion - Name: Logistics and Management of Disruption / Weighting: 15%
Quality criterion - Name: Risk Analysis and Management / Weighting: 15%
Cost criterion - Name: Price / Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The University will evaluate your economic and financial standing using the following objective criteria:
1. Using the information that is provided in a credit-safe rating report, financial information and minimum level of turnover (if applicable), the University will evaluate your economic and financial standing to determine whether your organisation and every organisation that is being relied on to meet this procurement, demonstrates a risk to the University and/or public money if they were to go out of business during the life of the contract, or have inadequate financial resources to perform the contract.
2. The University reserves the right to request provision of further assurances such as a parent company/bank guarantee or performance bonds where a Potential Supplier demonstrates a risk to the University and/or public money if they were to go out of business during the life of the contract, or have inadequate financial resources to perform the contract
3. When justified, the University reserves the right to exclude from a procurement, any Potential Supplier whose current financial capacity would pose an unacceptable risk to the University and/or public money. Insurance The stated levels of insurance are a mandatory requirement of this procurement and the University reserves the right to exclude a Potential Supplier who does not hold or is not willing to hold the minimum levels of insurance. If you already hold the required levels of insurance the University may require copies of the insurance documents as evidence of this, please ensure they are available if requested. Where you do not currently hold the required levels of insurance, it is important you check with your insurance company that your organisation and every organisation that is being relied on to meet this procurement, is able to obtain the levels of insurance required. Written evidence from your insurance company that it will provide insurance(s) to the required levels may be required upon request. Minimum level(s) of standards possibly required: The minimum level of Turnover for this project has been set at £2 million per annum for each lot. The University has risk assessed the insurance requirements for this procurement and has deemed that the following minimum levels of insurance will be required: - Public Liability - £10 million - Employers' (Compulsory) Liability - £10 million - Professional Indemnity - £10 million
Minimum level(s) of standards possibly required
Due to the ongoing effects of the COVID 19 pandemic, proof of turnover can be provided in the form of accounts ending financial year 2019/2020. This will enable the University of Southampton to get an accurate reflection of a standard business year for any bidding service providers.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The selection criteria is as stated in the Selection Stage document set. However, potential suppliers' attention is drawn to the mandatory requirements of the selection criteria detailed within File 2 (Selection Stage (SQ) Scope, Guidance and Instructions).
Each of the below requirements are captured within the File 3 - Selection Questionnaire:
Section 2 - Grounds for mandatory exclusion
Section 3 - Grounds for discretionary exclusion
Section 4 - Economic and Financial Standing - Minimum Level of Turnover
Section 7 - Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015
Section 8.1 - Insurance
Additionally, potential suppliers attention is drawn to the mandatory requirements of the award criteria. Full information is provided in the draft Invitation to Tender document set, which is made available at the Selection Stage for information ONLY.
Minimum level(s) of standards possibly required
Section 2 - Grounds for Mandatory exclusion - Pass/Fail
Section 3 - Grounds for discretionary exclusion - Discretionary Pass/Fail
Section 4 - Economic and financial standing - Minimum Level of Turnover - Pass/Fail
Section 7 - Modern Slavery Act 2015: Requirements under the Modern Slavery Act 2015 - Pass/Fail
Section 8.1 - Insurance - Pass/Fail
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend(https://in-tendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
All documentation in relation to this tender can be downloaded from In-Tend.
Please note that each procurement has a separate reference relating to the individual lot, these are as follow;
NEQ Project Management - 2021UoS-0249
NEQ Cost Management - 2021UoS-0250
Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the potential supplier/tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend. Further instructions for the submission of responses are below:
To submit your return:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend. Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015. the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement.
Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.
The University is not liable for any costs in the event of the cancellation of this procurement process.
six.4) Procedures for review
six.4.1) Review body
University of Southampton
Southampton
S017 1BJ
Country
United Kingdom