3891.EFM.JR.23 - Multi Disciplinary Consultancy (Construction Professional Services)

Award

Value

£32,000,000

Classifications

  • Architectural, construction, engineering and inspection services

Tags

  • award

Submission Deadline

1 year ago

Published

9 months ago

Description

The University has appointed a panel of multi-disciplinary consultants to an agreement for a period of up-to eight (8) years. Consultants from the panel will be appointed to deliver services for specific projects on a call-off basis as and when a requirement arises. This multi-disciplinary consultancy services framework is intended to involve the construction works led by a project management/building surveying service together with CORE functions of cost management, contract management and CDM Principal Designer together with the facility to sub consult out to NON-CORE additional disciplines including architectural design, MEP, structural & civil engineering design services.
Whilst consultants are required to be able to access these NON-CORE additional disciplines via their supply chain, the Consultant MUST also be able to use and work with other selected University approved consultants for NON-CORE disciplines where applicable, and this will be the default position. 

Fees will be applied to projects in the range of zero up to 5 million nett construction value excluding costs associated with design team fees, fixed furniture and equipment, ICT infrastructure and specialist research equipment installation works. VAT is excluded.

The multi-disciplinary appointment will also provide ALL CORE professional design team services in house (i.e. via full time employees directly employed by the consultant's organisation):

•CDM Principal Designer
•Project Management
•Cost Management
•Building Surveying
•Contract Management

In addition to the above we anticipate that the Multi-Disciplinary appointment will also either directly provide or sub consult if required the additional NON-CORE professional design team services namely:
•Architectural
•Mechanical, Electrical and Public Heath (MEP)
•Structural & Civil

Additional scope of services will be provided for each of the above professional design team services.

Consultants appointed as multi-disciplinary may also be required to source other related services either directly or via a supply chain partner. This will be determined on a case by case basis.
Such services may include but not be limited to consultancy related to:- 

•Landscape Designer / Architect
•Asbestos
•Geotechnical
•Acoustician
•building information modelling (BIM)
•Lighting
•Transport, planning and infrastructure design 
•Accessibility
•Any other relevant discipline including survey work

Further information about the requirements were in the Procurement Documents published on the University`s e-tendering system https://in-tendhost.co.uk/Sheffield.

Additional information: The University of Sheffield is not a contracting authority for the purposes of the Public Contracts Regulations 2015 (Directive 2014/24/EU) as amended by the Public Procurement (Amendment) (EU Exit) Regulations 2020.

This procurement opportunity is operating outside of the Public Contracts Regulations named above and will not be subject to them. The University is advertising this opportunity in Contracts Finder on a voluntary basis and does not undertake any obligation to comply with the regulations (as defined above). It reserves its rights, in full, to adapt or step outside the procedures in the procurement regulations as the University considers necessary to fulfil the requirements outlined in the Invitation to Tender.


Duration; 96 months (8 years).
Description of options: 4 + 1 + 1 + 1 + 1 year period.

Stage 1 - Open procedure
Stage 2 - Restricted Procedure.
Details contained within the Procurement Documents.

This is a two stage tender exercise, consisting initially of a request for information and a subsequent request for a proposal from those suppliers successful at the request for information stage. 

The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.in-tendhost.co.uk/sheffield/aspx/Home

Additional information can be obtained from the above-mentioned address.

Tenders must be submitted electronically via https://www.in-tendhost.co.uk/sheffield/aspx/Home

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Local Electric Vehicle Infrastructure (LEVI) fund - Electric Vehicle Charge Point Network - Concession Contract on The Isle of Wight

The Authority has been awarded £1.625m LEVI funding from the Office of Zero Emission Vehicles (OZEV) through the Local Electric Vehicle Infrastructure (LEVI) fund. Based on that funding the Authority is now seeking to award a single concession contract for a supplier to install and operate an affordable and easy to use, reliable and widely accessible and recognisable Electric Vehicle (EV) charge point network across the Isle of Wight (the 'Contract') The form of contract has been developed in alignment with the LEVI Heads of Terms. The Authority will be looking for a Supplier who can demonstrate a commitment to maximising the use of the LEVI funding and deliver an ambitious project with a full solution offering end to end services. It would be the intention that the successful supplier would invest its own resources, to be used in conjunction with the LEVI funding, to significantly increase the number of public chargepoints available on the public highway network across the island. The project will involve the deployment of local, primarily low powered on street charging infrastructure which must focus on locations that serve residential communities and those residents that do not have access to off road car parking. The Supplier will be required to deliver all aspects of the goods, services and works needed for the Project, which will include purchasing relevant Electric Vehicle Charging Infrastructure (EVCI), connecting it to the grid and maintaining, upgrading and managing the operation of the chargepoint network across a 15-year term. Full details can be found in the accompanying Tender Pack

Katy Reed

Published 6 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete