Section one: Contracting authority
one.1) Name and addresses
Aston University
Aston Triangle
Birmingham
B4 7ET
Contact
Mr Tony Weston
Telephone
+44 1212043000
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=10cbadde-18cb-ee11-8127-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=10cbadde-18cb-ee11-8127-005056b64545
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
690 - Estates Consultancy Framework 2024
Reference number
DN690067
two.1.2) Main CPV code
- 71200000 - Architectural and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Aston University is planning to set up a new Estate Consultancy Services Framework to provide specialist consultancy services for use on the University's construction, refurbishment, alterations / extensions, Demolition, MEP and Infrastructure projects over a 4 year period.
The Framework will provide the following services:
Lot 1.) Project Management
Lot 2.) Architectural
Lot 3.) Mechanical and Electrical
Lot 4.) Structural and Civil Engineering
Lot 5.) Principal Designer - CDM
Lot 6.) Building Surveyor
Note: Cost Consultancy / Quantity Surveying Services are not included within the scope of this Framework.
two.1.5) Estimated total value
Value excluding VAT: £7,915,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
Maximum number of lots that may be awarded to one tenderer: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
To ensure independence, any company that is awarded to Lot 5 (Principal Designer) cannot be appointed to any other Lot on the Framework and vice versa. This is to ensure the independence of the Principal Designer is maintained and any Health and Safety conflict of interest is avoided.
two.2) Description
two.2.1) Title
Project Management
Lot No
1
two.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG38 - Walsall
Main site or place of performance
Predominantly for Projects at Aston premises in Birmingham and Walsall but may also be used for other related projects at Aston premises in other parts of the UK.
two.2.4) Description of the procurement
Procure a suitably qualified consultant to provide construction Project Management services for the University's construction, refurbishment, alterations / extensions, demolition, MEP and infrastructure projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Architect
Lot No
2
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG38 - Walsall
Main site or place of performance
Predominantly for Projects at Aston Facilities in Birmingham and Walsall but may also be used for other related projects at Aston sites in other parts of the UK.
two.2.4) Description of the procurement
Procure suitably qualified consultants to provide Architectural services for the University's construction, refurbishment, alterations / extensions, demolition, MEP and infrastructure projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,780,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 7
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mechanical and Electrical
Lot No
3
two.2.2) Additional CPV code(s)
- 71315210 - Building services consultancy services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG38 - Walsall
Main site or place of performance
Predominantly for Projects at Aston Facilities in Birmingham and Walsall but may also be used for other related projects at Aston sites in other parts of the UK.
two.2.4) Description of the procurement
Procure suitably qualified consultants to provide Mechanical and Electrical services for the University's construction, refurbishment, alterations / extensions, demolition, MEP and Infrastructure projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Structural and Civil Engineering Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG38 - Walsall
Main site or place of performance
Predominantly for Projects at Aston Facilities in Birmingham and Walsall but may also be used for other related projects at Aston sites in other parts of the UK.
two.2.4) Description of the procurement
Procure suitably qualified consultants to provide Structural and Civil Engineering services for the University's construction, refurbishment, alterations / extensions, demolition, MEP and infrastructure projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,010,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Principal Designer - CDM
Lot No
5
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG38 - Walsall
Main site or place of performance
Predominantly for Projects at Aston Facilities in Birmingham and Walsall but may also be used for other related projects at Aston sites in other parts of the UK.
two.2.4) Description of the procurement
Pocure suitably qualified consultants to provide Principal Designer - CDM services for the University's construction, refurbishment, alterations / extensions, demolition, MEP and infrastructure projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £520,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Building Surveyor
Lot No
6
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG38 - Walsall
Main site or place of performance
Predominantly for Projects at Aston Facilities in Birmingham and Walsall but may also be used for other related projects at Aston sites in other parts of the UK.
two.2.4) Description of the procurement
Procure suitably qualified consultants to provide Building Surveyor services for the University's construction, refurbishment, alterations / extensions, demolition, MEP and infrastructure projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £465,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-031010
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 July 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 September 2024
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Suppliers are advised to allow adequate time for uploading documents and to commence the uplift of their SQ and ITT responses in advance of the closing time and date as the uplift can take some time.
PIN Notices issued previously were: 2023/S 000-031030 & 2023/S 000-031035
six.4) Procedures for review
six.4.1) Review body
Aston University Procurement Department
Aston Triangle
Birmingham
B4 7ET
Telephone
+44 1212043000
Country
United Kingdom