Chelmsford City Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Riverside Ice & Leisure Centre - Design Team Services |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Chelmsford City Council wishes to appoint a design team to provide all-inclusive services, as more specifically set out in the High Level Descriptive Document (HDD), for a new leisure pool and associated facilities including the remodelling of the Riverside Ice and Leisure Centre, Victoria Road Chelmsford. The estimated construction value is in the region of 21m GBP although this is subject to change dependent upon further development of the site and the associated works in connection with the overall development such as car parking. The design team will be led by the Architect who will perform lead consultant duties. The design team services are to include: Lead Consultant, Lead Designer and Architect, Quantity Surveyor, Structural and Civil Engineer, Mechanical and Electrical Services Engineer, Filtration Services Consultant, Principal Designer (Under CDM Regulations 2015), BREEAM assessor, Transport Consultant, Flood Risk Consultant, Landscape Architect, Building and Land Surveyor. Bidders should be able to provide ALL of the required services described in this short description and as further set out in the HDD either on its own or with an integrated supply chain of consultants. Consortia bids are NOT permitted by the Authority. |
Published: | 05/01/2016 11:50 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Chelmsford City Council
Civic Centre, Duke Street, Chelmsford, CM1 1JE, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk, URL: http://chelmsford.gov.uk, URL: http://chelmsford.g2b.info/
Contact: Cameron Consulting (as agents for the Authority), Attn: Neil Thody
Electronic Access URL: https://www.delta-esourcing.com/respond/7C9R7B96A6
Electronic Submission URL: https://www.delta-esourcing.com/respond/7C9R7B96A6
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:
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: Riverside Ice & Leisure Centre - Design Team Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKH3 - Essex
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. Quantity surveying services. Architectural, construction, engineering and inspection services. Architectural, engineering and planning services. Architectural, engineering and surveying services. Engineering services. Consultative engineering and construction services. Civil engineering consultancy services. Structural engineering consultancy services. Environmental engineering consultancy services. Heating engineering services for buildings. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Engineering design services for the construction of civil engineering works. Mechanical engineering services. Mechanical and electrical engineering services. Urban planning and landscape architectural services. Landscape architectural services. Chelmsford City Council wishes to appoint a design team to provide all-inclusive services, as more specifically set out in the High Level Descriptive Document (HDD), for a new leisure pool and associated facilities including the remodelling of the Riverside Ice and Leisure Centre, Victoria Road Chelmsford. The estimated construction value is in the region of 21m GBP although this is subject to change dependent upon further development of the site and the associated works in connection with the overall development such as car parking. The design team will be led by the Architect who will perform lead consultant duties. The design team services are to include: Lead Consultant, Lead Designer and Architect, Quantity Surveyor, Structural and Civil Engineer, Mechanical and Electrical Services Engineer, Filtration Services Consultant, Principal Designer (Under CDM Regulations 2015), BREEAM assessor, Transport Consultant, Flood Risk Consultant, Landscape Architect, Building and Land Surveyor. Bidders should be able to provide ALL of the required services described in this short description and as further set out in the HDD either on its own or with an integrated supply chain of consultants. Consortia bids are NOT permitted by the Authority.
II.1.6)Common Procurement Vocabulary:
71220000 - Architectural design services.
71324000 - Quantity surveying services.
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71300000 - Engineering services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71314310 - Heating engineering services for buildings.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71322000 - Engineering design services for the construction of civil engineering works.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering 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: 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:
Bidders should note the estimated value range. The range reflects the potential that the project may not proceed beyond certain stages for whatever reason, including but notwithstanding, statutory approvals and the Authority's overall corporate strategy.
Estimated value excluding VAT:
Range between: 400,000 and 1,600,000
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
Not Provided
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:
A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Tender (ITT), the Invitation to Negotiate (ITN) and the Invitation to Submit a Final Tender (ISFT).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Any terms of payment will be set out in the Invitation to Tender (ITT), the Invitation to Negotiate (ITN) and the Invitation to Submit a Final Tender (ISFT).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Expressions of interest in response to this contract notice may only be submitted by a single bidder in the role of Prime Contractor. Whilst it is acknowledged that several organisations may need to collaborate to provide all of the required services, the Authority will require a single contractor to take primary liability or to require that each party undertakes joint and several liabilities.
The Authority will NOT accept consortia bids.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The selected Bidder will be required to perform the services to the required standards set out in the Invitation to Tender (ITT), the Invitation to Negotiate (ITN) and the Invitation to Submit a Final Tender (ISFT). Under the contract the Consultant and their supply chain will be required to participate in the achievement of relevant social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract 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:
Information and formalities necessary for evaluating if requirements are met:
In accordance with Regulation 58 of the Public Contracts Regulations 2015 and as set out in the pre-qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed PQQ to be received by the Authority via the Authority's e-tendering portal at https://www.delta-esourcing.com.
Minimum Level(s) of standards possibly required:
Applicants should note that the Prime Contractor must have a minimum annual turnover of not less than 1,000,000 GBP. Organisations not being able to meet the minimum requirement should not respond to this opportunity. Further information is set out in the PQQ.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with Regulation 58 of the Public Contracts Regulations 2015 and as set out in the pre-qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed PQQ to be received by the Authority via the Authority's e-tendering portal at https://www.delta-esourcing.com.
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
The organisation applying as Prime Contractor for the Lead Consultant role must be a recognised architectural practice that is registered as a "Practice Member" with the Royal Institute of British Architects (RIBA) or equivalent professional body.
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: Negotiated
Some candidates have already been selected: No
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 6
Objective Criteria for choosing the limited number of candidates:
Applicants will be shortlisted based on criteria set out in the PQQ and accompanying documentation and subject to meeting minimum threshold criteria for shortlisting. The Authority reserve the right to reduce the number of operators during negotiation stages. The Authority reserves the right not to continue in negotiation following the initial tender stage and may award a contract following the evaluation of the initial tender in accordance with Regulation 29 (15) of the Public Contracts Regulations 2015. Further details are set out in the PQQ and High Level Descriptive Document (HDD).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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:
Date: 28/01/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 05/02/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/02/2016
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Architectural-design-services./7C9R7B96A6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7C9R7B96A6
GO-201615-PRO-7535013 TKR-201615-PRO-7535012
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 1732600500
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 05/01/2016
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Chelmsford City Council
Civic Centre, Duke Street, Chelmsford, CM1 1JE, United Kingdom
Email: procurement@chelmsford.gov.uk
Main Address: http://chelmsford.gov.uk, Address of the buyer profile: http://chelmsford.g2b.info/
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Riverside Ice & Leisure Centre - Design Team Services
Reference number: Not Provided
II.1.2) Main CPV code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: appoint a design team to provide all-inclusive services, in relation to the redevelopment of Riverside Ice & Leisure Centre
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,200,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71220000 - Architectural design services.
71324000 - Quantity surveying services.
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71300000 - Engineering services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71313000 - Environmental engineering consultancy services.
71314310 - Heating engineering services for buildings.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71322000 - Engineering design services for the construction of civil engineering works.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Design Services
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Negotiated
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/07/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Pick Everard
Halford House, Charles Street, Leicester, LE1 1HA, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=212035582
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 1732600500
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice: 26/07/2016