University of Bath is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Architect services for the 10 W Psychology and FED Buildings |
Notice type: | Contract Notice |
Authority: | University of Bath |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The University of Bath requires one or more Architects to provide general architectural services for the design of two new buildings on the main campus: Lot 1: a new psychology and general teaching building (10 W Psychology), Lot 2: a new engineering, design and general teaching building (FED). This will involve taking each scheme from initial feasibility stage, through pre-contract design planning and procurement stages to subsequent post contract construction stage. The Architect’s appointment will be under a GC Works 5 form of agreement. The works will be procured through a Design & Build route for which the form of contract will be GC Works 1. It is therefore the intention to novate the Architect to the Design & Build contractor. Lot 1: The new psychology and general teaching building is likely to be 4-5 storeys high, with a gross internal floor area of somewhere between 4000 & 6000m2. The building will be located near the main entrance to the campus (adjacent to the 8 West Building) Lot 2: The new engineering, design and general teaching building is likely to be 3-4 storeys high with a gross internal floor area of somewhere between 3000m2 and 8000m2. The building will be located in a prominent position near one of the entrances to the campus (adjacent to the 8 East building) The University is therefore seeking one or more Architectural practices which can demonstrate evidence of imaginative and quality design balanced against the need to provide a building which is both cost effective and functional. The buildings need to be efficient, flexible and adaptable for future needs. The University places great importance on minimising whole life costs and producing energy efficient buildings. It is envisaged that, subject to the necessary University approvals and funding, the new facilities will be ready for occupation before the Academic Year starting September 2015. Other consultants, project managers, quantity surveyors, mechanical & electrical and civil/ structural engineers will be drawn from the University’s consultant framework. |
Published: | 22/02/2013 13:32 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Bath
Procurement, Wessex House 6.43, Claverton Down, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939, Fax. +44 1225386166, Email: h.passmore@bath.ac.uk
Contact: See Section VI.3 Additional Information, Attn: Mrs Helen Passmore
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:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
Not Provided
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Architect services for the 10 W Psychology and FED Buildings
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Architectural design services. The University of Bath requires one or more Architects to provide general architectural services for the design of two new buildings on the main campus:
Lot 1: a new psychology and general teaching building (10 W Psychology),
Lot 2: a new engineering, design and general teaching building (FED).
This will involve taking each scheme from initial feasibility stage, through pre-contract design planning and procurement stages to subsequent post contract construction stage.
The Architect’s appointment will be under a GC Works 5 form of agreement.
The works will be procured through a Design & Build route for which the form of contract will be GC Works 1. It is therefore the intention to novate the Architect to the Design & Build contractor.
Lot 1: The new psychology and general teaching building is likely to be 4-5 storeys high, with a gross internal floor area of somewhere between 4000 & 6000m2. The building will be located near the main entrance to the campus (adjacent to the 8 West Building)
Lot 2: The new engineering, design and general teaching building is likely to be 3-4 storeys high with a gross internal floor area of somewhere between 3000m2 and 8000m2. The building will be located in a prominent position near one of the entrances to the campus (adjacent to the 8 East building)
The University is therefore seeking one or more Architectural practices which can demonstrate evidence of imaginative and quality design balanced against the need to provide a building which is both cost effective and functional. The buildings need to be efficient, flexible and adaptable for future needs. The University places great importance on minimising whole life costs and producing energy efficient buildings.
It is envisaged that, subject to the necessary University approvals and funding, the new facilities will be ready for occupation before the Academic Year starting September 2015.
Other consultants, project managers, quantity surveyors, mechanical & electrical and civil/ structural engineers will be drawn from the University’s consultant framework.
II.1.6)Common Procurement Vocabulary:
71220000 - Architectural design services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
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: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
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
Not Provided
Information About Lots
Lot No: 1
Title: Architect services for 10 W Psychology Building
1)Short Description:
As per main description
2)Common Procurement Vocabulary:
71220000 - Architectural design services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Architect services for FED (Faculty of Engineering and Design) Building
1)Short Description:
As per main description
2)Common Procurement Vocabulary:
71220000 - Architectural design services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
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:
Payment via BACS in GBP sterling
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: 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:
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:
Not Provided
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:
Not Provided
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: UoBath/Proc/125
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: 25/03/2013
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: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: This tender is being conducted as part of the University of Bath’s eTendering programme run in conjunction with BIPS DELTA. Expressions of interest in this opportunity, further information and/or documents are available at: https://www.delta-esourcing.com To express an interest in this opportunity you must register on this site to obtain a login and password. (If you are already registered you will not need to register again, simply use your existing username and password). Please note there is a password reminder link on the homepage. You must then log in and go to Your Response Manager and add the following Access Code: VPP333RZEP. Please ensure you follow all instructions provided to you there. The deadline for submitting your response(s) is 12:00 hours on 22nd.March, 2013. Please ensure that you allow plenty of time when responding especially if you are required to upload response documents. Please note late responses cannot be accepted. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on: 0845 270 7050 or email helpdesk@delta-esourcing.com.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Architectural-design-services./VPP333RZEP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VPP333RZEP
GO-2013222-PRO-4607373 TKR-2013222-PRO-4607372
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
Body responsible for mediation procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.5) Date Of Dispatch Of This Notice: 22/02/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Bath: Architectural design services.
I.1)Name, Addresses and Contact Point(s):
University of Bath
Procurement, Wessex House 6.43, Claverton Down, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939, Fax. +44 1225386166, Email: h.passmore@bath.ac.uk
Contact: See Section VI.3 Additional Information, Attn: Mrs Helen Passmore
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Architect services for the 10 W Psychology and FED Buildings
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
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. This is an AWARD notice for architects to provide general architectural services for the design of two new buildings on the main campus.
II.1.5)Common procurement vocabulary:
71220000 - Architectural design services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
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
Technical aspects/experience - 60
Price - 40
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: UoBath/Proc/125/144
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 41 - 65991 of 22/02/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 26/08/2013
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: AWW Architects
Town: Bristol
Postal code: BS1 6LS
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 430,000
Currency: GBP
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: 26/08/2013
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Aedas Architects Ltd
Town: Bristol
Postal code: BS8 1EJ
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 300,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73656169
GO-2013916-PRO-5123833 TKR-2013916-PRO-5123832
VI.3.1)Body responsible for appeal procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
Body responsible for mediation procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.4)Date Of Dispatch Of This Notice: 16/09/2013