Section one: Contracting authority
one.1) Name and addresses
Sheffield Hallam University
City Campus,Howard Street
SHEFFIELD
S11WB
Contact
Procurement Team
strategicprocurement@shu.ac.uk
Telephone
+44 1142255555
Country
United Kingdom
NUTS code
UKE32 - Sheffield
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sheffieldhallamuniversity/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sheffieldhallamuniversity/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/sheffieldhallamuniversity/aspx/Home
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
2122-28-FDR-LW Programme and Project Support Partner
Reference number
2122-28-FDR-LW
two.1.2) Main CPV code
- 71500000 - Construction-related services
two.1.3) Type of contract
Services
two.1.4) Short description
Sheffield Hallam University is seeking to adopt a hybrid in-house / external team working collaboratively to deliver the full programme of minor works construction projects, with early contractor involvement on all projects. The external team will consist of:A Programme and Project Support Partner (PPSP) via an NEC4 Professional Services Short Contract (PSSC) for each project or specific task commission. The PPSP will provide Project Management (PM), Quantity Surveyor (QS), Principal Designer (PD), Building Surveying, NEC4 Supervisor and Design services to deliver the programme of works. To be appointed following THIS tender reference 2122-28-FDR-LW.A competent Principal Contractor to become our Campus Works Partner (CWP) single supplier via an NEC4 Framework Contract, with various NEC4 call-off contract options. To be appointed following tender; reference 2122-27-FDR-LWWe recommend that bidders download both sets of tender documents in order to understand the partnering obligations in full, note the 2 contracts are dependent upon one another.The expectation is that through a collaborative working approach with the CWP and PPSP using a suite of NEC4 contracts, we will be best positioned to deliver the programme of minor works (projects under the value of £1m each, with a very few in the £1m to £3m band) over the next 4 years. The Estates team will work with the CWP and PPSP at a programme level to develop the projects to be delivered through this framework, adopting a flexible approach which will allow the best fit 'partner' to lead at a given RIBA stage determined by complexity of design requirements, extent of stakeholder input required in design and scale of project. Programme & Project Support Partner Following this tender, a framework will be established for the Programme & Project Support Partner to work in partnership with the University and Others to facilitate the delivery of all minor works and maintenance projects up to the value of £1 million including contingency plus VAT.It will also provide flexibility to help deliver some projects between £1 million including contingency plus VAT and £3 million including contingency plus VAT when required. The chosen Programme & Project Support Partner will have the ability to provide core services include the following roles: Programme Lead, Project Manager, Quantity Surveyor, Principal Designer, NEC4 Supervisor, Building Surveyor and provision to subcontract construction design and engineering services to deliver the Programme of Works in partnership with the Campus Works Partner, the Client and others. This will provide greater resilience and flexibility over the potential 4 year period.The projects procured under this agreement will primarily be Long Term Maintenance (LTM) capital and revenue type projects with varying complexity and projected budget, please see the LTM Plan 2022/23 Financial Year for details on the proposed projects for the first 12 months of this framework. This will also be the delivery route for unforeseen reactive works, unplanned projects that arise as a result of successful external funding bids, workplace change projects and find and fix works e.g. fire stopping. The anticipated construction expenditure for minor works projects over the 4 year period is circa £3-5 million per year. In terms of the PPSP consultant fee we estimate this to be circa £2 - £3 million GBP over the 4 year service period. The University makes no representations regarding the level, amount or value of the projects commissioned through this contract.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
two.2.3) Place of performance
NUTS codes
- UKE32 - Sheffield
Main site or place of performance
Sheffield
two.2.4) Description of the procurement
Sheffield Hallam University is seeking to adopt a hybrid in-house / external team working collaboratively to deliver the full programme of minor works construction projects, with early contractor involvement on all projects. The external team will consist of:A Programme and Project Support Partner (PPSP) via an NEC4 Professional Services Short Contract (PSSC) for each project or specific task commission. The PPSP will provide Project Management (PM), Quantity Surveyor (QS), Principal Designer (PD), Building Surveying, NEC4 Supervisor and Design services to deliver the programme of works. To be appointed following THIS tender reference 2122-28-FDR-LW.A competent Principal Contractor to become our Campus Works Partner (CWP) single supplier via an NEC4 Framework Contract, with various NEC4 call-off contract options. To be appointed following tender; reference 2122-27-FDR-LWWe recommend that bidders download both sets of tender documents in order to understand the partnering obligations in full, note the 2 contracts are dependent upon one another.The expectation is that through a collaborative working approach with the CWP and PPSP using a suite of NEC4 contracts, we will be best positioned to deliver the programme of minor works (projects under the value of £1m each, with a very few in the £1m to £3m band) over the next 4 years. The Estates team will work with the CWP and PPSP at a programme level to develop the projects to be delivered through this framework, adopting a flexible approach which will allow the best fit 'partner' to lead at a given RIBA stage determined by complexity of design requirements, extent of stakeholder input required in design and scale of project. Programme & Project Support Partner Following this tender, a framework will be established for the Programme & Project Support Partner to work in partnership with the University and Others to facilitate the delivery of all minor works and maintenance projects up to the value of £1 million including contingency plus VAT.It will also provide flexibility to help deliver some projects between £1 million including contingency plus VAT and £3 million including contingency plus VAT when required. The chosen Programme & Project Support Partner will have the ability to provide core services include the following roles: Programme Lead, Project Manager, Quantity Surveyor, Principal Designer, NEC4 Supervisor, Building Surveyor and provision to subcontract construction design and engineering services to deliver the Programme of Works in partnership with the Campus Works Partner, the Client and others. This will provide greater resilience and flexibility over the potential 4 year period.The projects procured under this agreement will primarily be Long Term Maintenance (LTM) capital and revenue type projects with varying complexity and projected budget, please see the LTM Plan 2022/23 Financial Year for details on the proposed projects for the first 12 months of this framework. This will also be the delivery route for unforeseen reactive works, unplanned projects that arise as a result of successful external funding bids, workplace change projects and find and fix works e.g. fire stopping. The anticipated construction expenditure for minor works projects over the 4 year period is circa £3-5 million per year. In terms of the PPSP consultant fee we estimate this to be circa £2 - £3 million GBP over the 4 year service period. The University makes no representations regarding the level, amount or value of the projects commissioned through this contract.
We need a PPSP who has the technical expertise to work with us to deliver the programme of works with the CWP. The PPSP will act at programme and project level to provide Programme Lead, Project Management, Building Surveying, Quantity Surveying, Principal Designer, Design services and NEC4 Supervisor roles. The function of these roles is to work collaboratively with the in-house Estates & Facilities team and with the CWP to deliver projects within this framework. The PPSP will be the primary provider of design services (Architect, Building Surveying, MEP Services design, Structures) for all non-Alliance projects based upon the design complexity matrix. See framework contract and associated appendices for further details.
The PPSP will also include the option to provide additional resource to support the in-house Estates & Facilities team via secondments or task specific commissions if required.
The majority of projects anticipated to be delivered as part of this framework will be low to medium value and may be grouped into programmes of work. We need a proactive PSSP who has the capability and resource to work collaboratively with the other partners to deliver all projects within this framework and occasionally this will include the ability to be able to respond reactively to urgent situations. We wish to work with the PPSP to develop a best practice approach to delivering the programme of works within this hybrid model in terms of quality standards of work delivered, continual improvement and developing the maturity levels of the framework year on year. With this in mind, the PPSP should be able to provide a consistent team for the duration of the framework, whilst accepting there may be changes in personnel across the life of the framework.
two.2.5) Award criteria
Quality criterion - Name: Scenarios / Weighting: 38
Quality criterion - Name: Performance measurement / Weighting: 11
Quality criterion - Name: Sub-contracting / Weighting: 4
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Mobilisation / Weighting: 2
Quality criterion - Name: Interview / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This contract will initially for a period of 2 years. There is a possibility of 1x2 year extension period depending on performance.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Included in the SQ document (Reply form 1) which is part of the tender pack available via the Sheffield Hallam University in-tend site
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 July 2022
Local time
11:00am
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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 July 2022
Local time
11:01am
Place
Sheffield
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2026
six.4) Procedures for review
six.4.1) Review body
Sheffield Hallam University
Howard Street
Sheffield
S1 1WB
strategicprocurement@shu.ac.uk
Telephone
+44 1142255555
Country
United Kingdom