GVA is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Project and Design Management for Old Admiralty Building (OAB) |
Notice type: | Contract Notice |
Authority: | GVA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Architectural, Project Management, Cost Consultant, CDMC, Construction, Engineering and Inspection Services. The Cabinet Office (Government Property Unit) is managing a programme of estate rationalisation across the UK in order to reduce the cost of offices for the UK Taxpayer. In May 2010 there were 185 holdings in Central London and by December 2013 this had reduced to 97 holdings, with savings of circa £200 million per annum. Old Admiralty Building (OAB) is a significant freehold asset within the Central London portfolio which is available for another government department from November 2015. The availability of OAB offers the Department for Education the opportunity to consolidate and release leasehold accommodation at Sanctuary Buildings in September 2017, and Cabinet Office has requested DFE move to this important Grade II building and manage the refurbishment of OAB; in turn supporting the overall Central London Strategy of reducing the size and cost of the estate. Therefore, DFE intends to move to OAB. The Project involves the design and refurbishment of the Old Admiralty Building for the Department for Education. The proposed site is located at Spring Gardens in the Whitehall estate complex overlooking Horse Guards Parade. The building currently has a Net Internal Area of approximately 17,882 square metres and will accommodate in excess of 1,600 Full Time Equivalent (FTE) staff with 1,256 workstations at a ratio of 7 workstations to 10 FTEs. The staff are currently located in another building within the Government Building Estates. The building is to be designed and refurbished to achieve the BREEAM “Very Good” rating and is to be a class leading facility that is not overly elaborate and which offers demonstrable value for money. DFE is therefore seeking to appoint an integrated Project Management and Design Team to progress refurbishment plans for Old Admiralty Building. This Team will cover all appropriate activities and further investigate the options available to accommodate all of the Department’s London based staff within OAB , assist with the finalising of the option (RIBA Stage C) and take the project through its remaining design, planning / listed building consent, procurement and construction stages (covering RIBA Stage C+ - L). The Design Consultant core team are to be novated to the Contractor when the design is complete and the Contractor is appointed under the Building Contract. The Project Management Team will remain on the client side to manage and monitor the design and implementation phases through to completion. DFE require that the Acknowledgement Form is returned by 1700 hrs on Monday 7th April 2014. Other timescales are outlined within the ITT documentation. |
Published: | 26/03/2014 17:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department for Education (DFE), c/o GVA Second London Wall
Sanctuary Buildings, Great Smith Street, London, SW1P 3BT, United Kingdom
Tel. +44 2079112925, Fax. +44 2079112846, Email: Alf.Richards@slw.co.uk, URL: www.slw.co.uk and www.gva.co.uk
Contact: GVA Second London Wall, 80 Cheapside, London, EC2V 6EE, United Kingdom., Attn: Alf Richards
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
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: Project and Design Management for Old Admiralty Building (OAB)
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKI - 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, construction, engineering and inspection services. Architectural and related services. Advisory architectural services. Architectural design services. Architectural, engineering and planning services. Architectural, engineering and surveying services. Urban planning and landscape architectural services. Construction consultancy services. Determining and listing of quantities in construction. Quantity surveying services. Technical planning services. Project and design preparation, estimation of costs. Calculation of costs, monitoring of costs. Approval plans, working drawings and specifications. Supervision of project and documentation. Sound insulation and room acoustics consultancy services. Building surveying services. Construction project management services. Project management consultancy services. Environmental institution building or planning. Surveying services. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Miscellaneous engineering services. Mechanical and electrical engineering services. Construction management services. Project-management services other than for construction work. Asbestos-removal work. Asbestos removal services. Procurement consultancy services. Architectural, Project Management, Cost Consultant, CDMC, Construction, Engineering and Inspection Services.
The Cabinet Office (Government Property Unit) is managing a programme of estate rationalisation across the UK in order to reduce the cost of offices for the UK Taxpayer. In May 2010 there were 185 holdings in Central London and by December 2013 this had reduced to 97 holdings, with savings of circa £200 million per annum. Old Admiralty Building (OAB) is a significant freehold asset within the Central London portfolio which is available for another government department from November 2015. The availability of OAB offers the Department for Education the opportunity to consolidate and release leasehold accommodation at Sanctuary Buildings in September 2017, and Cabinet Office has requested DFE move to this important Grade II building and manage the refurbishment of OAB; in turn supporting the overall Central London Strategy of reducing the size and cost of the estate. Therefore, DFE intends to move to OAB.
The Project involves the design and refurbishment of the Old Admiralty Building for the Department for Education. The proposed site is located at Spring Gardens in the Whitehall estate complex overlooking Horse Guards Parade. The building currently has a Net Internal Area of approximately 17,882 square metres and will accommodate in excess of 1,600 Full Time Equivalent (FTE) staff with 1,256 workstations at a ratio of 7 workstations to 10 FTEs.
The staff are currently located in another building within the Government Building Estates. The building is to be designed and refurbished to achieve the BREEAM “Very Good” rating and is to be a class leading facility that is not overly elaborate and which offers demonstrable value for money.
DFE is therefore seeking to appoint an integrated Project Management and Design Team to progress refurbishment plans for Old Admiralty Building. This Team will cover all appropriate activities and further investigate the options available to accommodate all of the Department’s London based staff within OAB , assist with the finalising of the option (RIBA Stage C) and take the project through its remaining design, planning / listed building consent, procurement and construction stages (covering RIBA Stage C+ - L). The Design Consultant core team are to be novated to the Contractor when the design is complete and the Contractor is appointed under the Building Contract. The Project Management Team will remain on the client side to manage and monitor the design and implementation phases through to completion.
DFE require that the Acknowledgement Form is returned by 1700 hrs on Monday 7th April 2014. Other timescales are outlined within the ITT documentation.
II.1.6)Common Procurement Vocabulary:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71400000 - Urban planning and landscape architectural services.
71530000 - Construction consultancy services.
71246000 - Determining and listing of quantities in construction.
71324000 - Quantity surveying services.
71356400 - Technical planning services.
71242000 - Project and design preparation, estimation of costs.
71244000 - Calculation of costs, monitoring of costs.
71245000 - Approval plans, working drawings and specifications.
71248000 - Supervision of project and documentation.
71313200 - Sound insulation and room acoustics consultancy services.
71315300 - Building surveying services.
71541000 - Construction project management services.
72224000 - Project management consultancy services.
90712500 - Environmental institution building or planning.
71355000 - Surveying services.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71330000 - Miscellaneous engineering services.
71334000 - Mechanical and electrical engineering services.
71540000 - Construction management services.
79421000 - Project-management services other than for construction work.
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
79418000 - Procurement consultancy 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:
Project and Design Management for OAB.
Range of £3million to £5million.
Estimated values exclude VAT.
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: 47 (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:
See ITT documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See ITT documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See ITT documentation
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
See tender documentation
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.
See tender documentation
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:
See tender documentation
Minimum Level(s) of standards possibly required:
See tender documentation
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
See tender documentation
Minimum Level(s) of standards possibly required:
See tender documentation
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: Yes
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: PAMU/GVA/16-096
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: 09/05/2014
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
Date: 09/05/2014
Time: 12:01
Place:
GVA Second London Wall, 80 Cheapside, London.
Persons authorised to be present at the opening of tenders: Yes
Each received ITT response (see ITT guidelines) will be received with the return label provided within the ITT documents. NO identifying marks from the bidder should be made on the outside of the envelope. Each package received will be logged on a master control sheet with a fly sheet for each which will be duly signed. As tender returns are open; they will be acknowledged by a standard format e mail. For the avoidance of doubt 'authorised persons' refers to representatives of GVA Second London Wall and the Department for Education only.
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: Interested parties will need to register on the Delta e-Sourcing platform for this procurement. To do this, go to www.delta-esourcing.com - when registering you may be prompted to add a Tenderbox Access Code to link to the ITT documentation. This is Z6NSGE3XE2.
The contract will be subject to English law.
Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.
This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements may include the publication of tender documentation issued by GVA Second London Wall on behalf of the Department for Edcuation (DFE) and the contract between DFE and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the DFE to be able to honour our transparency obligations without undermining the bidders commercial interests.
Candidates are advised that the DFE is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The DFE shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.
The GVA Second London Wall, GVA and the DFE takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with Government.
All dates included in this notice are provisional and potentially subject to revision.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./Z6NSGE3XE2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z6NSGE3XE2
GO-2014326-PRO-5558553 TKR-2014326-PRO-5558552
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Department for Education
Sanctuary Buildings, Great Smith Street, London, SW1P 3BT, United Kingdom
Body responsible for mediation procedures:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2)Lodging of appeals: In accordance with Regulation 32 and Regulation 47 of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
DFE c/o GVA Second London Wall
80 Cheapside, London, EC2V 6EE, United Kingdom
Email: alf.richards@swl.co.uk
VI.5) Date Of Dispatch Of This Notice: 26/03/2014
ANNEX A
I) Addresses and contact points from which further information can be obtained:
GVA Second London Wall
80 Cheapside, London, EC2V 6EE, United Kingdom
Tel. +44 2079112925, Email: Alf.Richards@slw.co.uk, URL: www.slw.co.uk or www.gva.co.uk
Contact: Alf Richards, Attn: GVA on behalf of the Department for Education
II) Addresses and contact points from which specifications and additional documents can be obtained:
GVA Second London Wall
80 Cheapside, London, EC2V 6EE, United Kingdom
Tel. +44 2079112925, Email: Alf.Richards@slw.co.uk, URL: www.slw.co.uk or www.gva.co.uk
Contact: Alf Richards, Attn: GVA on behalf of the Department for Education
III) Addresses and contact points to which tenders/requests to participate must be sent:
GVA Second London Wall
80 Cheapside, London, EC2V 6EE, United Kingdom
Tel. +44 2079112925, Email: Alf.Richards@slw.co.uk, URL: www.slw.co.uk or www.gva.co.uk
Contact: Alf Richards, Attn: GVA on behalf of the Department for Education