Bristol City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Lead Designer and Technical Advisor Framework |
Notice type: | Contract Notice |
Authority: | Bristol City Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The scope of works is for a Lead Designer, including full services of a design team, to design the Council homes and associated infrastructure on the sites. The council requires a Technical Advisor (TA) team to provide design advice to the Council on the Bristol Arena Project. |
Published: | 23/05/2014 09:40 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Fax. +44 1179037463, Email: john.thompson@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://www.proactisplaza.com/supplierportal
Contact: Strategic Commissioning & Procurement Services, Attn: Mr J Thompson
Electronic Access URL: https://www.proactisplaza.com/supplierportal - Ref No. Reqd 1001082
Electronic Submission URL: https://www.proactisplaza.com/supplierportal
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
Housing and community amenities
Recreation, culture and religion
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: Lead Designer and Technical Advisor Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKK11 - Bristol, City of
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 11
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 3,050,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Architectural design services. Advisory architectural services. Architectural services for buildings. Architectural services for outdoor areas. Architectural, engineering and planning services. Architectural, engineering and surveying services. Architectural and building-surveying services. Urban planning and landscape architectural services. Landscape architectural services. The scope of works is for a Lead Designer, including full services of a design team, to design the Council homes and associated infrastructure on the sites. The council requires a Technical Advisor (TA) team to provide design advice to the Council on the Bristol Arena Project.
II.1.6)Common Procurement Vocabulary:
71220000 - Architectural design services.
71210000 - Advisory architectural services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural 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: Yes
If yes, tenders should be submitted for: One or more lots
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 scope of works is for a Lead Designer, including full services of a design team, to design the Council homes and associated infrastructure on the sites. The demands and needs of the areas the sites are situated in will mean the construction of different housing types to help re-vitalise the look and feel of the estates, diversifying the tenure make-up of the city and easing the demand on other services within the council. The sites owned and managed by Bristol City Council ‘Housing Delivery’, are small back land, or former garage sites, which are difficult to develop, may be contentious and involve higher build costs due to the lack of adequate infrastructure. The actual homes to be built will be based on the assessment of need for the area of the site, and may see Housing Delivery build various house types from flats and bungalows to large family homes. The time-frame for the entire programme is currently 15 years, during which the works will be programmed to deliver up to 70 homes per annum, with a value £10 to 12.5 million per annum. Each year the release of sites (sites will range between 2 and 20 plots per site) will be done in phases and could be a mixture of individual sites or a package of sites which will vary in size. The allocation of sites will be split between LOT 1 and LOT 2, depending on geographical location and other constraints. All numbers are approximate and subject to change. Housing Delivery require a Lead Designer to provide Architecture, Landscape Architecture, Mechanical and Electrical Engineering, Civil and Structural Engineering and Code Assessment as an all-encompassing lead design team. The procurement route may be traditional or design and build. Housing Delivery aims to provide homes that are of exemplar quality, sustainable, accessible and user friendly. They will meet, at present:
The minimum of Code for Sustainable Homes Level 4 with an aspiration to achieve higher levels.
All dwellings will be Lifetime Homes compliant, as far as is reasonably practical for the site and associated constraints.
All dwellings will achieve the internal minimum space standard requirements.
Design proposals should demonstrate how the development would deliver high quality urban design and place-making with well integrated homes.
Secured by Design ‘New Homes 2010’.
The principles of the Homes and Communities Agency (HCA) Housing Quality Indicators (HQI’s).
In addition, Bristol City Council is developing a 12,000 capacity indoor entertainment venue in the centre of the city. The council requires a Technical Advisor (TA) team to provide design advice to the Council on the Bristol Arena Project. The commission will be for the period June 2014 until January 2018. The commission may be extended post January 2018 if required. Initially the TA will provide design advice on the project to the council, until a multi-disciplinary design team has been appointed. When the design team is novated to the contractor the TA will advise the council on design sign off at key RIBA Stages. The TA may also be required to coordinate design development issues with other Master planning work within the Bristol Temple Quarter Enterprise Zone. The Technical Advisor will be on the client side of the project and thus the successful company will not be able to bid for the multi-disciplinary Design Team appointment shortly to be procured by Bristol City Council. Under this Framework Contract there is NO GUARANTEE of any work and / or contracts orders from any Lots for any successful company(ies).
Estimated value excluding VAT: 3,050,000
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: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Lot 1 New Build Lead Designer
1)Short Description:
New Build Lead Designer; up to 10 plots or an estimated construction value of £200k to £2m. The average size of the site will be under 0.2 hectares. The LOT could be a combination of a number of small sites.
2)Common Procurement Vocabulary:
71220000 - Architectural design services.
71210000 - Advisory architectural services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
3)Quantity Or Scope:
The allocation of sites will be split between LOT 1 and LOT 2, depending on geographical location and other constraints. All numbers are approximate and subject to change. Housing Delivery require a Lead Designer to provide Architecture, Landscape Architecture, Mechanical and Electrical Engineering, Civil and Structural Engineering and Code Assessment as an all-encompassing lead design team.
If known, estimated cost of works excluding VAT: 1,225,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
See Information Pack
Lot No: 2
Title: Lot 2 New Build Lead Designer
1)Short Description:
New Build Lead Designer; over 10 plots or a construction value estimated over £2m. The average size of the site will be over 0.2 hectares. The LOT could be a combination of sites.
2)Common Procurement Vocabulary:
71220000 - Architectural design services.
71210000 - Advisory architectural services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
3)Quantity Or Scope:
The allocation of sites will be split between LOT 1 and LOT 2, depending on geographical location and other constraints. All numbers are approximate and subject to change. Housing Delivery require a Lead Designer to provide Architecture, Landscape Architecture, Mechanical and Electrical Engineering, Civil and Structural Engineering and Code Assessment as an all-encompassing lead design team.
If known, estimated cost of works excluding VAT: 1,225,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
See Information Pack
Lot No: 3
Title: Lot 3 Bristol Arena Technical Advisor
1)Short Description:
Technical Advisor (TA) team to provide design advice to the Council on the Bristol Arena Project.
2)Common Procurement Vocabulary:
71220000 - Architectural design services.
71210000 - Advisory architectural services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
3)Quantity Or Scope:
Bristol City Council is developing a 12,000 capacity indoor entertainment venue in the centre of the city. The council requires a Technical Advisor (TA) team to provide design advice to the Council on the Bristol Arena Project. The commission will be for the period June 2014 until January 2018. The commission may be extended post January 2018 if required. Initially the TA will provide design advice on the project to the council, until a multi-disciplinary design team has been appointed. When the design team is novated to the contractor the TA will advise the council on design sign off at key RIBA Stages. The TA may also be required to coordinate design development issues with other Master planning work within the Bristol Temple Quarter Enterprise Zone. The Technical Advisor will be on the client side of the project and thus the successful company will not be able to bid for the multi-disciplinary Design Team appointment shortly to be procured by Bristol City Council.
If known, estimated cost of works excluding VAT: 600,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
See Information Pack
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authority reserves the right to request appropriate security relevant and proportionate to the contract values. Further details will be given in the Invitation To Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bristol City Council standard form of condition for payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority reserves the right to require grouping consultants to take a particular form or to require a single consultant to take primary liability or to require that each consultant undertakes joint or several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As specified in the Invitation To Tender documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with the Public Contracts Regulations 2006 (as amended) and as set out in the on-line Questionnaire, Pre qualification Questionnaire and Selection document. Also; (1) The Council reserves the right to exclude a Bidder if: (a) the Bidder has not confirmed that Blacklists are not used by or on behalf of the Bidder; and/or (b) the Council is not satisfied that the Bidder has demonstrated that adequate measures are in place to ensure that Blacklists are not used by or on behalf of the Bidder.
(2) The Council reserves the right to exclude a Bidder if the Council is not satisfied that adequate self-cleaning has been carried out following: (a) an adverse finding by a court or tribunal or other public body exercising similar functions regarding the use of a Blacklist by or on behalf of a Bidder; (b) an admission by the Bidder of the use of a Blacklist by or on behalf of the Bidder.
Please refer to the Invitation To Tender document and the on-line questionnaire for more details (including a definition of “Blacklist” and guidance regarding self-cleaning.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts Regulations 2006 (as amended) and as set out in the on-line Questionnaire, Pre qualification Questionnaire and Selection document.
Minimum Level(s) of standards possibly required:
Applicants should be able to demonstrate financial stability and an acceptable level of risk based upon the financial assessment criteria published within the on-line Questionnaire and Selection document. Applicants should also be able/willing to provide public and employers liability insurance and Professional Indemnity Insurance at the levels as stated in the PQQ and Selection document. Applicants must provide a minimum of two years full set of accounts as a part of the financial assessment. Full set of standards and levels are set out in the on-line Questionnaire, Pre qualification Questionnaire and Selection document.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts Regulations 2006 (as amended) and as set out in the on-line Questionnaire, Pre qualification Questionnaire and Selection document.
Minimum Level(s) of standards possibly required:
Compliance with EU and UK Procurement legislation. Relevant and satisfactory technical experiences and capability. Satisfactory Health and Safety and Equal Opportunities policies. Full set of standards and levels are set out in the on-line Questionnaire, Pre Qualification Questionnaire and Selection document.
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: No
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: No
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: 3 and maximum number: 15
Objective Criteria for choosing the limited number of candidates:
As set out in the on-line Questionnaire, Pre qualification Questionnaire and Selection document.
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: Proactis Reqd 1001082
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 70 - 120724 of 09/04/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 01/07/2014
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: 02/07/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 24/07/2014
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 on-line Questionnaire and other documents can be obtained from: https://www.proactisplaza.com/contractoportal Ref No: 1001082. The applicant should note that the date in IV.3.4) 12:00, 2.7.2014 includes the time necessary to open, complete the on-line Questionnaire and submit an expression of interest including all supporting information via Bristol's E-tendering system. Membership of the Framework is no guarantee of any work/orders from the Council and / or contracts for any work for which any successful Consultant(s) has submitted an expression of interest and later a tender bid. Bristol City Council has reserved the right to procure similar work through either another individual contract, framework agreement or any other arrangement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=100001243
GO-2014523-PRO-5692125 TKR-2014523-PRO-5692124
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700, Fax. +44 1179106729
VI.4.2)Lodging of appeals: In accordance with English law and the Public Contracts Regulations 2006 (as amended).
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: 23/05/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Bristol: Architectural design services.
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Fax. +44 1179037463, Email: john.thompson@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://www.proactisplaza.com/supplierportal
Contact: Strategic Commissioning & Procurement Services, Attn: Mr J Thompson
Electronic Access URL: https://www.proactisplaza.com/supplierportal - Ref No. Reqd 1001082
Electronic Submission URL: https://www.proactisplaza.com/supplierportal
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Housing and community amenities
Recreation, culture and religion
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Lead Designer and Technical Advisor Framework
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKK11 - Bristol, City of
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Architectural design services. Advisory architectural services. Architectural services for buildings. Architectural services for outdoor areas. Architectural, engineering and planning services. Architectural, engineering and surveying services. Architectural and building-surveying services. Urban planning and landscape architectural services. Landscape architectural services. The scope of works is for a Lead Designer, including full services of a design team, to design the Council homes and associated infrastructure on the sites. The council requires a Technical Advisor (TA) team to provide design advice to the Council on the Bristol Arena Project.
II.1.5)Common procurement vocabulary:
71220000 - Architectural design services.
71210000 - Advisory architectural services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 3,050,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Lot 1 Price - 30
Lot 1 Quality - 70
Lot 2 Price - 30
Lot 2 Quality - 70
Lot 3 Price - 35
Lot 3 Quality - 65
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: Proactis Reqd 1001082
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2014/S 70 - 120724 of 09/04/2014
Contract notice
Notice number in OJ: 2014/S 102 - 178947 of 28/05/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Askew Cavanna Consortium
Postal address: 14 Backfields Lane
Town: Bristol
Postal code: BS2 8QW
Country: United Kingdom
Email: studio@askewarchitects.co.uk
Telephone: +44 1179244606
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Emmett Russell Architects Limited
Postal address: 1 st Andrews Road, Montpelier
Town: Bristol
Postal code: BS6 5EH
Country: United Kingdom
Email: tom@emmettrussell.co.uk
Telephone: +44 1179070492
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: ERMC Limited
Postal address: Basepoint, Yeoford Way, Marsh Barton Trading Estate
Town: Exeter
Postal code: EX2 8LB
Country: United Kingdom
Email: info@ermc.co.uk
Telephone: +44 1392345457
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Urban Salon
Postal address: 16 Stannary Street
Town: London
Postal code: SE11 4AA
Country: United Kingdom
Email: caroline@urbansalonarchitects.com
Telephone: +44 2077355327
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: White Design Associates
Postal address: Scrapstore House, 21 Sevier Street, St Werburgh's
Town: Bristol
Postal code: BS2 9LB
Country: United Kingdom
Email: matt@white-design.co.uk
Telephone: +44 1179547333
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
6: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Architype Limited
Postal address: The Morocco Store, 1b Leathermarket Street
Town: London
Postal code: SE1 3JA
Country: United Kingdom
Email: wendy.pandya@architype.co.uk
Telephone: +44 2074032889
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
7: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: ASTAM GBC Consultancy Limited
Postal address: St Nicholas House, 47 London Road
Town: Gloucester
Postal code: GL1 3HF
Country: United Kingdom
Email: rogerboucher@astam.co.uk
Telephone: +44 1452422888
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
8: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Gale & Snowden Architects Limited
Postal address: Exeter Bank Chamber, 67 High Street
Town: Exeter
Postal code: EX4 3DT
Country: United Kingdom
Email: tomas.gartner@ecodesign.co.uk
Telephone: +44 1392279220
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
9: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 09/12/2014
V.2) Information About Offers
Number Of Offers Received: 13
Number Of Offers Received By Electronic Means: 13
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: S C Design Limited
Postal address: 180 Piccadilly
Town: London
Postal code: W1J 9HF
Country: United Kingdom
Email: ml@sportconcepts.net
Telephone: +44 2029171702
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
For information – the following tenderers have been awarded a place on the framework for each of the Lots mentioned: Lot 1 – New Build Lead Designer, Askew Cavanna Consortium, Emmett Russell Architects Limited, ERMC Limited, Urban Salon and White Design Associates; for Lot 2 – New Build Lead Designer, Architype Limited, ASTAM GBC Consultancy Limited, ERMC Limited, Gale & Snowden Architects Limited and White Design Associates; for Lot 3 – Bristol Arena Technical Advisor, S C Design Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=140498736
GO-2015413-PRO-6517858 TKR-2015413-PRO-6517857
VI.3.1)Body responsible for appeal procedures:
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700, Fax. +44 1179106729
VI.3.2)Lodging of appeals: In accordance with English law and the Public Contracts Regulations 2006 (as amended).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 13/04/2015