Coventry City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Increasing Pupil Places Programme 2014 - Phase 2 |
Notice type: | Contract Notice |
Authority: | Coventry City Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The commission is for the appointment of an architect-lead design team to provide services for the design and contract management of proposed building extension projects to 5 nr. existing primary schools within Coventry. The building works are required for completion by December 2014. The scope of the design team must be as the following list: Architect Landscape Architects CDM Coordinator Quantity Surveyor / Project Manager Civil / Structural Engineer Mechanical Engineer Electrical Engineer Acoustic Engineer |
Published: | 05/02/2013 14:29 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Coventry City Council
Council House, Earl Street, Coventry, CV1 5RS, United Kingdom
Tel. +44 2476832736, Email: elka.williams@coventry.gov.uk, URL: www.coventry.gov.uk, URL: www.coventry.gov.uk/procurement
Contact: Elka Williams, Attn: Elka Williams
Electronic Access URL: www.coventry.gov.uk/etendering
Electronic Submission URL: www.coventry.gov.uk/etendering
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Increasing Pupil Places Programme 2014 - Phase 2
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKG33 - Coventry
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Architectural design services. Quantity surveying services. Construction project management services. Architectural, construction, engineering and inspection services. Architectural, engineering and surveying services. Structural engineering consultancy services. Quantity surveying services for civil engineering works. Mechanical and electrical engineering services. The commission is for the appointment of an architect-lead design team to provide services for the design and contract management of proposed building extension projects to 5 nr. existing primary schools within Coventry. The building works are required for completion by December 2014.
The scope of the design team must be as the following list:
Architect
Landscape Architects
CDM Coordinator
Quantity Surveyor / Project Manager
Civil / Structural Engineer
Mechanical Engineer
Electrical Engineer
Acoustic Engineer
II.1.6)Common Procurement Vocabulary:
71220000 - Architectural design services.
71324000 - Quantity surveying services.
71541000 - Construction project management services.
71000000 - Architectural, construction, engineering and inspection services.
71250000 - Architectural, engineering and surveying services.
71312000 - Structural engineering consultancy services.
71322100 - Quantity surveying services for civil engineering works.
71334000 - Mechanical and electrical engineering services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The contract is for the Increasing Pupil Places Programme 2014 - Phase 2. The programme is for a minimum of 5 building extension projects totalling 4.5 FE across the primary school estate.
Estimated value excluding VAT:
Range between: 800,000 and 900,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 18 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authority requires the right to require guarantees, bonds, collateral warranties and other forms of security as appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not to exceed the order value. Payments are to be made in accordance with RIBA Outline Plan of Work 2007 at agreed stages.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Refer to Part 5: Section 2 of the pre-qualification questionnaire.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Refer to Part 5: Section 2 of the pre-qualification questionnaire.
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
Refer to Part 4: Evaluation approach and supplier selection of the pre-qualification questionnaire.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 2003
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 07/03/2013
Time-limit for receipt of requests for documents or for accessing documents: 23:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/03/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=51086393
GO-201325-PRO-4565256 TKR-201325-PRO-4565255
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 05/02/2013
ANNEX A