Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Architectural and Associated Services for Site Planning and Development in King's Lynn Heritage Action Zone |
Notice type: | Contract Notice |
Authority: | Borough Council of King's Lynn & West Norfolk |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified multi–disciplinary professional teams to develop the master planning, urban design and architectural design for the recently endorsed Chapel Street development site in King’s Lynn. The initial contract will be to complete the necessary surveys and studies in preparation all for a full planning application for the site complete with designs and costings. |
Published: | 23/04/2019 18:23 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Contact: Procurement
Main Address: https://www.west-norfolk.gov.uk/
NUTS Code: UKH16
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Architectural-design-services./J88P2752U8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Architectural and Associated Services for Site Planning and Development in King's Lynn Heritage Action Zone
Reference Number: Not provided
II.1.2) Main CPV Code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified multi–disciplinary professional teams to develop the master planning, urban design and architectural design for the recently endorsed Chapel Street development site in King’s Lynn. The initial contract will be to complete the necessary surveys and studies in preparation all for a full planning application for the site complete with designs and costings.
II.1.5) Estimated total value:
Value excluding VAT: 800,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71240000 - Architectural, engineering and planning services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified multi–disciplinary professional teams to develop the master planning, urban design and architectural design for the recently endorsed Chapel Street development site in King’s Lynn. The initial contract will be to complete the necessary surveys and studies in preparation all for a full planning application for the site complete with designs and costings. Subject to elected member approval, the contract is expected to be extended to cover the completion of the planning process to detailed approval. The contract may then be extended further through to RIBA Stage 7, subject to funding approval and the contractor meeting requirements throughout the development process.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 7
This contract is subject to renewal: Yes
Description of renewals: The Council may at its sole discretion, offer to the contractor an extension, or series of extensions, to carry out further work on the same project (up to RIBA Stage 7). Any extension offer will be made in writing and the Contractor will respond to any such offer in writing, either accepting or declining, within 28 days of receipt of the offer.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/J88P2752U8
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/06/2019 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 2
IV.2.7) Conditions for opening of tenders:
Date: 03/06/2019
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Architectural-design-services./J88P2752U8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J88P2752U8
VI.4) Procedures for review
VI.4.1) Review body:
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/04/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Contact: Procurement
Main Address: https://www.west-norfolk.gov.uk/
NUTS Code: UKH16
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Architectural and Associated Services for Site Planning and Development in King's Lynn Heritage Action Zone
Reference number: Not Provided
II.1.2) Main CPV code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified multi–disciplinary professional teams to develop the master planning, urban design and architectural design for the recently endorsed Chapel Street development site in King’s Lynn. The initial contract will be to complete the necessary surveys and studies in preparation all for a full planning application for the site complete with designs and costings.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 566,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71240000 - Architectural, engineering and planning services.
II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk
Main site or place of performance:
North and West Norfolk
II.2.4) Description of the procurement: The Borough Council of King’s Lynn and West Norfolk (the Council) invites tenders from suitably qualified multi–disciplinary professional teams to develop the master planning, urban design and architectural design for the recently endorsed Chapel Street development site in King’s Lynn. The initial contract will be to complete the necessary surveys and studies in preparation all for a full planning application for the site complete with designs and costings. Subject to elected member approval, the contract is expected to be extended to cover the completion of the planning process to detailed approval. The contract may then be extended further through to RIBA Stage 7, subject to funding approval and the contractor meeting requirements throughout the development process.
II.2.5) Award criteria:
Quality criterion - Name: Understanding of the brief / Weighting: 20
Quality criterion - Name: Proposed Project Team / Weighting: 20
Quality criterion - Name: Key Stakeholder Engagemnt Plan / Weighting: 10
Quality criterion - Name: Proposed Project Programme / Weighting: 10
Cost criterion - Name: Total fixed cost for RIBA stages 1 – 3 (part) / Weighting: 20
Cost criterion - Name: Total fixed cost for RIBA stages 3 (remainder) – 7 / Weighting: 15
Cost criterion - Name: Total of the hourly rates and daily rates / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/J88P2752U8
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: C3060
Lot Number: Not Provided
Title: Chapel Street Architectural Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/10/2019
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 13
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Feilden + Mawson LLP
1 Ferry Road, Norwich, NR1 1SU, United Kingdom
Tel. +44 1603629571, Email: norwich@feildenandmawson.com
NUTS Code: UKH15
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 566,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Specialist areas of consultancy e.g. engineering, property, ecology, landscape surveys, arboricultural etc
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=441707632
VI.4) Procedures for review
VI.4.1) Review body
Borough Council of King's Lynn & West Norfolk
Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
Tel. +44 1553616200, Email: lorraine.gore@west-norfolk.gov.uk
VI.4.2) Body responsible for mediation procedures
N/A
N/A, United Kingdom
Tel. +44 1553616200
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
N/A
N/A, United Kingdom
Tel. +44 1553616200
VI.5) Date of dispatch of this notice: 25/10/2019