Haringey Council: Alexandra Palace Heritage Lottery Fund – Design Team Partner

  Haringey Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Alexandra Palace Heritage Lottery Fund – Design Team Partner
Notice type: Contract Notice
Authority: Haringey Council
Nature of contract: Services
Procedure: Restricted
Short Description: The contract will provide architectural design resources including conservation architects and supply chain to enable the development and delivery of major improvements to the areas described in the Memorandum of Information at the Grade II Listed Alexandra Palace, which will in part be funded by the Heritage Lottery Fund (HLF).
Published: 14/06/2013 18:42
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Architectural design services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Mayor and Burgesses of the London Borough of Haringey as Trustees of Alexandra Park and Palace Charitable Trust [APPCT]
      Alexandra Palace, Alexandra Palace Way, London, N22 7AY, United Kingdom
      Tel. +44 2084891073, Fax. +44 2084891917, Email: APHLF@haringey.gov.uk, URL: http://www.alexandrapalace.com
      Contact: Construction Procurement Group
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      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
      Recreation, culture and religion
      Education

   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: Alexandra Palace Heritage Lottery Fund – Design Team Partner
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKI2 - Outer London         
      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. Architectural and related services. Architectural, engineering and planning services. Architectural, engineering and surveying services. Architectural and building-surveying services. Structural engineering consultancy services. Sound insulation and room acoustics consultancy services. Building services consultancy services. Building surveying services. Urban planning services. Advisory architectural services. Architectural services for buildings. Building-fabric consultancy services. Construction-related services. Feasibility study, advisory service, analysis. Landscape architectural services. The contract will provide architectural design resources including conservation architects and supply chain to enable the development and delivery of major improvements to the areas described in the Memorandum of Information at the Grade II Listed Alexandra Palace, which will in part be funded by the Heritage Lottery Fund (HLF).
         
      II.1.6)Common Procurement Vocabulary:
         71220000 - Architectural design services.
         
         71200000 - Architectural and related services.
         
         71240000 - Architectural, engineering and planning services.
         
         71250000 - Architectural, engineering and surveying services.
         
         71251000 - Architectural and building-surveying services.
         
         71312000 - Structural engineering consultancy services.
         
         71313200 - Sound insulation and room acoustics consultancy services.
         
         71315210 - Building services consultancy services.
         
         71315300 - Building surveying services.
         
         71410000 - Urban planning services.
         
         71210000 - Advisory architectural services.
         
         71221000 - Architectural services for buildings.
         
         71315100 - Building-fabric consultancy services.
         
         71500000 - Construction-related services.
         
         71241000 - Feasibility study, advisory service, analysis.
         
         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: 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 Scope of services are split into two key phases, the second of which is dependent on a successful Stage 2 submission to the Heritage Lottery Fund to secure the necessary revenue and capital funding to deliver the scheme. The contract will have provisions to break at any point.

Phase 1: £720,000 including all expenses but excluding VAT
Phase 2: £1,780,000 including all expenses but excluding VAT      
      
      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      
         Starting: 20/12/2013
         Completion: 31/01/2017

   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:
      Parent company guarantee and/or bond (as applicable)
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Will be specified in the Tender Documents.
      
      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 in the event of a joint bid.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      This will be detailed in the 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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      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:
         Will be specified in the tender Documents, and will be in accordance with Article 47 of Directive 2004/18/EC and Regulations 24 and 26 of the Public Contracts Regulations 2006 and as set out in the Pre-Qualification Questionnaire available from the address in section I.1.         
         Minimum Level(s) of standards possibly required:
         The Authority will undertake a Dun and Bradstreet credit check on applicants and the minimum acceptable rating from this check and alternative checking procedures are noted in the Pre-Qualification Questionnaire pack available from the address in section I.1. An award of contract will not be made where the applicant’s annual turnover is less than £2million. Consortia applications may be submitted (and the same requirement applies with regards to consortium applications).
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Will be specified in the Pre-Qualification Questionnaire pack and Tender Documents.         
         Minimum Level(s) of standards possibly required:
         Will be specified in the Pre-Qualification Questionnaire pack and Tender Documents.      
      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: Yes
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 number of operators: 8
         
         Objective Criteria for choosing the limited number of candidates:
         As stated in the Pre Qualification Questionnaire pack.   
   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: APHLF      
      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: 14/07/2013
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/07/2013
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 21/08/2013      
      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.(1) ) The Contracting Authority is The Mayor and Burgesses of the London Borough of Haringey as Trustees of Alexandra Park and Palace Charitable Trust. (2) The Contracting Authority has a duty to deliver Best Value and Performance Improvement in accordance with the UK-Local Government Act 1999 and the UK-Audit Commission Act 1998. The requirements under these two UK-Acts will have been considered and reflected in the Contracting Authority's tender evaluation criteria and weightings.
(3) Please note that the completion date of this contract refers to practical completion of the main construction works. Services will still be required following this date in accordance with the construction contract. (4) The applicant will be required as a condition of contract to comply with: the Contracting Authority's Contract Procedure rules a copy of which can be obtained from Construction Procurement Group using contact details in I.1.
(5) Applicants must read through this set of instructions and follow the process to respond to this opportunity.
(6) Applicants are to bear their own costs of expressing an interest and/or tendering in relation to the framework agreement and the Authority will have no liability to any applicant in relation to such costs.
(7) Applicants are required to include with their expressions of interest their Constructionline registration number.
Constructionline is the UK Government's national pre-qualification register for construction contractors, consultants & material suppliers. Applicants not on the Constructionline are encouraged to register, as it will simplify the prequalification process. Further information on applying can be found at www.constructionline.co.uk.

If you currently are not registered on Constructionline, but would like to register to make future opportunities easier to bid for, then please contact: Amanda Reynolds Constructionline Business Development Manager, Amanda.reynolds@capita.co.uk or Tel No; 07584 704190 Please note Constructionline require any application 10 days prior to the deadline of the advert to complete the registration process.

If you are currently a Constructionline registered supplier, then please log into Constructionline (www.constructionline.co.uk) to ensure your registration is up to date and that you fulfil the criteria of the advertisement. If you have any questions regarding your registration status then please contact Andy Preston, Constructionline Client Relationship Manager, andrew.preston@capita.co.uk or Tel No. 07584 703 352.
(8) The pqq is an online document which should be completed online (see details below).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-design-services./MARMFDUX89

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MARMFDUX89
GO-2013614-PRO-4879135 TKR-2013614-PRO-4879134
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.2)Lodging of appeals: Any appeals under this process should be addressed to the contact in section I.1. The process for appeals is in accordance with Regulation 32 (Information about contract award procedures and the application of a standstill period prior to contract award) and Regulation 47 (Enforcement of Obligations) of the Public Contracts Regulations 2006.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1A 2AS

   VI.5) Date Of Dispatch Of This Notice: 14/06/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Architectural design services.

Section I: Contracting Authority
   Title: UK-London: Architectural design services.
   I.1)Name, Addresses and Contact Point(s):
      The Mayor and Burgesses of the London Borough of Haringey as Trustees of Alexandra Park and Palace Charitable Trust [APPCT]
      Alexandra Palace, Alexandra Palace Way, London, N22 7AY, United Kingdom
      Tel. +44 2084891073, Fax. +44 2084891917, Email: APHLF@haringey.gov.uk, URL: http://www.alexandrapalace.com
      Contact: Construction Procurement Group
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Recreation, culture and religion
      Education

   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: Alexandra Palace Heritage Lottery Fund – Design Team Partner      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKI2 - Outer London         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Architectural design services. Architectural and related services. Architectural, engineering and planning services. Architectural, engineering and surveying services. Architectural and building-surveying services. Structural engineering consultancy services. Sound insulation and room acoustics consultancy services. Building services consultancy services. Building surveying services. Urban planning services. Advisory architectural services. Architectural services for buildings. Building-fabric consultancy services. Construction-related services. Feasibility study, advisory service, analysis. Landscape architectural services. The contract will provide architectural design resources including conservation architects and supply chain to enable the development and delivery of major improvements to the areas described in the Memorandum of Information at the Grade II Listed Alexandra Palace, which will in part be funded by the Heritage Lottery Fund (HLF).
      II.1.5)Common procurement vocabulary:
         71220000 - Architectural design services.
         71200000 - Architectural and related services.
         71240000 - Architectural, engineering and planning services.
         71250000 - Architectural, engineering and surveying services.
         71251000 - Architectural and building-surveying services.
         71312000 - Structural engineering consultancy services.
         71313200 - Sound insulation and room acoustics consultancy services.
         71315210 - Building services consultancy services.
         71315300 - Building surveying services.
         71410000 - Urban planning services.
         71210000 - Advisory architectural services.
         71221000 - Architectural services for buildings.
         71315100 - Building-fabric consultancy services.
         71500000 - Construction-related services.
         71241000 - Feasibility study, advisory service, analysis.
         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: 2,968,694.5
         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
         
         Quality - 70
         Price - 30
         
      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: APHLF         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Simplified Contract notice   
         Notice number in OJ: 2013/S 119 - 203787 of 21/06/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 16/12/2013      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Feilden Clegg Bradley Studios LLP
         Postal address: Bath Brewery, Toll Bridge Road
         Town: Bath
         Postal code: BA1 7DE
         Country: United Kingdom
         Email: bath@fcbstudios.com
         Telephone: +44 1225852545
         Fax: +44 1225852528
         Internet address: http://www.fcbstudios.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 2,500,000
            Currency: GBP

         Total final value of the contract
            Value: 2,968,694.5
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


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:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=83728314
GO-2014314-PRO-5529753 TKR-2014314-PRO-5529752   
   VI.3.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.3.2)Lodging of appeals: Any appeals under this process should be addressed to the contact in section I.1. The process for appeals is in accordance with Regulation 32 (Information about contract award procedures and the application of a standstill period prior to contract award) and Regulation 47 (Enforcement of Obligations) of the Public Contracts Regulations 2006.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Cabinet Office
      70 Whitehall, London, SW1A 2AS
   
   VI.4)Date Of Dispatch Of This Notice: 14/03/2014