Thurrock Council: Provision of Professional Services for Development of Royal Opera House Costume Store and Allied Crafts Workshop at High House Production Park, Purfleet, Essex

  Thurrock Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Professional Services for Development of Royal Opera House Costume Store and Allied Crafts Workshop at High House Production Park, Purfleet, Essex
Notice type: Contract Notice
Authority: Thurrock Council
Nature of contract: Services
Procedure: Open
Short Description: High House Production Parl Ltd. (HHPP) is seeking to appoint a coordinated professional team (the Consultant), headed by a single nominated company acting as Lead Consultant, in a phased commission, to complete the detailed design of a proposed Royal Opera House costume store and allied crafts workshop project. The professional team will be required to develop the existing design to RIBA Stage E, discharge planning conditions where appropriate to the project, prepare procurement documentation for a Design and Build contract, support HHPP in the procurement and appointment of a works contractor and act as Employers Agent to monitor and manage the project through to final completion. The professional team should include the following disciplines/skills: Architect, Structural Engineer, M&E Engineer, QS, Civil Engineer, Building Regulations, BREEAM Assessor and CDMC/Project Manager. This project is funding dependent and HHPP will only proceed with the award of contract for professional services if the project is able to secure the necessary funding. A funding application for European Regional Development Fund (ERDF) has been made to Department of Communities and Local Government (DCLG) and the outcome will be communicated to Royal Opera House by 30th September 2013. If the funding application is successful, the award of contract for professional services will be made after that date. PLEASE NOTE THAT THE CONTRACTING ENTITY WILL BE HIGH HOUSE PRODUCTION PARK LTD. (HHPP). THURROCK COUNCIL IS CONDUCTING THIS PROCUREMENT EXERCISE ON BEHALF OF HHPP.
Published: 30/07/2013 12:55
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-Thurrock: Architectural design services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      High House Production Park Ltd. c/o Thurrock Council
      Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
      Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
      Contact: Procurement Services
      Electronic Access URL: https://www.delta-esourcing.com/respond/X5E22U529J
      Electronic Submission URL: https://www.delta-esourcing.com/respond/X5E22U529J

      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:
      Other: Registered charity

   I.3) Main activity:
      Other: Supporting creative and cultural industries

   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: Provision of Professional Services for Development of Royal Opera House Costume Store and Allied Crafts Workshop at High House Production Park, Purfleet, Essex
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKH32 - Thurrock         
      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, engineering and planning services. Quantity surveying services. Project and design preparation, estimation of costs. Design consultancy services. Project-design services other than for construction work. High House Production Parl Ltd. (HHPP) is seeking to appoint a coordinated professional team (the Consultant), headed by a single nominated company acting as Lead Consultant, in a phased commission, to complete the detailed design of a proposed Royal Opera House costume store and allied crafts workshop project. The professional team will be required to develop the existing design to RIBA Stage E, discharge planning conditions where appropriate to the project, prepare procurement documentation for a Design and Build contract, support HHPP in the procurement and appointment of a works contractor and act as Employers Agent to monitor and manage the project through to final completion.

The professional team should include the following disciplines/skills: Architect, Structural Engineer, M&E Engineer, QS, Civil Engineer, Building Regulations, BREEAM Assessor and CDMC/Project Manager.

This project is funding dependent and HHPP will only proceed with the award of contract for professional services if the project is able to secure the necessary funding. A funding application for European Regional Development Fund (ERDF) has been made to Department of Communities and Local Government (DCLG) and the outcome will be communicated to Royal Opera House by 30th September 2013. If the funding application is successful, the award of contract for professional services will be made after that date.

PLEASE NOTE THAT THE CONTRACTING ENTITY WILL BE HIGH HOUSE PRODUCTION PARK LTD. (HHPP). THURROCK COUNCIL IS CONDUCTING THIS PROCUREMENT EXERCISE ON BEHALF OF HHPP.
         
      II.1.6)Common Procurement Vocabulary:
         71220000 - Architectural design services.
         
         71240000 - Architectural, engineering and planning services.
         
         71324000 - Quantity surveying services.
         
         71242000 - Project and design preparation, estimation of costs.
         
         79415200 - Design consultancy services.
         
         79421200 - Project-design services other than for construction work.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided         
         Estimated value excluding VAT: 145,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 30 (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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      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 Invitation to Tender.         
         Minimum Level(s) of standards possibly required:
         Refer to Invitation to Tender.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to Invitation to Tender.         
         Minimum Level(s) of standards possibly required:
         Refer to Invitation to Tender.      
      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: Open
   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/09/2013
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Not Provided

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.

Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Architectural-design-services./X5E22U529J

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X5E22U529J
GO-2013730-PRO-4995213 TKR-2013730-PRO-4995212
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Thurrock Council
      New Road, Grays, RM17 6SL, United Kingdom

      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: 30/07/2013

ANNEX A

View any Notice Addenda

View Award Notice