Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Multi-Disciplinary Consultant Team (RIBA Stage 3-6) for the National College Building at High House Production Park, Vellacott Close, Off London Road, Purfleet RM19 1RJ |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | High House Production Park 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 the proposed National College for the Creative and Cultural Industries building, obtain planning consent and other statutory approvals, prepare tender documentation and manage the procurement process to secure a works contractor and act as Employers Agent / Contract Administrator to monitor and manage the project works through to final completion. The professional team should include the following disciplines: Client Advisers, Project Lead (Project Manager/Lead Consultant), Architect, Lead Designer, Building Services Engineer, Civil & Structural Engineer, Cost Consultant (Quantity Surveying), Contract Administrator / Employers Agent, CDM Principal Designer, CDM Client Adviser, Fire Engineering Consultants and BREEAM Assessor. |
Published: | 26/01/2016 12:19 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk/business
Contact: Procurement Services
Electronic Access URL: https://www.delta-esourcing.com/respond/3D82DJM2SU
Electronic Submission URL: https://www.delta-esourcing.com/respond/3D82DJM2SU
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
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: Multi-Disciplinary Consultant Team (RIBA Stage 3-6) for the National College Building at High House Production Park, Vellacott Close, Off London Road, Purfleet RM19 1RJ
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, construction, engineering and inspection services. Advisory architectural services. Architectural and related services. Project and design preparation, estimation of costs. Architectural, engineering and planning services. Architectural services for buildings. Architectural, engineering and surveying services. Quantity surveying services. Design consultancy services. High House Production Park 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 the proposed National College for the Creative and Cultural Industries building, obtain planning consent and other statutory approvals, prepare tender documentation and manage the procurement process to secure a works contractor and act as Employers Agent / Contract Administrator to monitor and manage the project works through to final completion.
The professional team should include the following disciplines:
Client Advisers, Project Lead (Project Manager/Lead Consultant), Architect, Lead Designer, Building Services Engineer, Civil & Structural Engineer, Cost Consultant (Quantity Surveying), Contract Administrator / Employers Agent, CDM Principal Designer, CDM Client Adviser, Fire Engineering Consultants and BREEAM Assessor.
II.1.6)Common Procurement Vocabulary:
71220000 - Architectural design services.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71200000 - Architectural and related services.
71242000 - Project and design preparation, estimation of costs.
71240000 - Architectural, engineering and planning services.
71221000 - Architectural services for buildings.
71250000 - Architectural, engineering and surveying services.
71324000 - Quantity surveying services.
79415200 - Design 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:
Not Provided
Estimated value excluding VAT: 450,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: No
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:
Please refer to the Tender Questionnaire section of the Invitation to Tender.
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:
Please refer to the Tender Questionnaire section of the Invitation to Tender.
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:
Please refer to the Tender Questionnaire section of the Invitation to Tender.
Minimum Level(s) of standards possibly required:
Please refer to the Tender Questionnaire section of the Invitation to Tender.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Please refer to the Tender Questionnaire section of the Invitation to Tender.
Minimum Level(s) of standards possibly required:
Please refer to the Tender Questionnaire section of the 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: PS/2015/076
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: 26/02/2016
Time-limit for receipt of requests for documents or for accessing documents: 11:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 26/02/2016
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: 26/02/2016
Time: 12:00
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: THURROCK COUNCIL IS ASSISTING HIGH HOUSE PRODUCTION PARK LTD. OF HIGH HOUSE PRODUCTION PARK, VELLACOTT CLOSE, OFF LONDON ROAD, PURFLEET, RM19 1RJ, IN CONDUCTING THE PROCUREMENT PROCESS FOR THIS REQUIREMENT. FOR THE AVOIDANCE OF DOUBT, THE CONTRACT WILL BE ENTERED INTO BY HIGH HOUSE PRODUCTION PARK LTD. AND THE SUCCESSFUL TENDERER(S). THURROCK COUNCIL IS NOT ACTING AS A CENTRAL PURCHASING BODY.
IT MUST BE NOTED THAT HIGH HOUSE PRODUCTION PARK LTD. IS NOT A CONTRACTING AUTHORITY AS DEFINED IN PCR 2006 AND PCR 2015.
THIS PROCUREMENT IS SUBJECT TO FUNDING FROM THE SKILLS FUNDING AGENCY (SFA) AND THE DEPARTMENT FOR BUSINESS INNOVATION & SKILLS (BIS). THE AWARD OF CONTRACT SHALL ONLY BE MADE FOLLOWING CONFIRMATION OF FUNDING FROM NCCIF, SFA AND BIS.
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.
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./3D82DJM2SU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3D82DJM2SU
GO-2016126-PRO-7632883 TKR-2016126-PRO-7632882
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Thurrock Council
Civic Offices, New Road, Grays, RM17 6SL, United Kingdom
Tel. +44 1375652207
VI.4.2)Lodging of appeals: Thurrock Council shall incorporate a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.
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: 26/01/2016
ANNEX A
View any Notice Addenda
UK-Thurrock: Architectural design services.
Section I: Contracting Authority
Title: UK-Thurrock: Architectural design services.
I.1)Name, Addresses And Contact Point(s)
Thurrock Council
Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk/business
Contact: Procurement Services
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Multi-Disciplinary Consultant Team (RIBA Stage 3-6) for the National College Building at High House Production Park, Vellacott Close, Off London Road, Purfleet RM19 1RJ
II.1.2)Short description of the contract or purchase:
Architectural design services. Architectural, construction, engineering and inspection services. Advisory architectural services. Architectural and related services. Project and design preparation, estimation of costs. Architectural, engineering and planning services. Architectural services for buildings. Architectural, engineering and surveying services. Quantity surveying services. Design consultancy services. High House Production Park 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 the proposed National College for the Creative and Cultural Industries building, obtain planning consent and other statutory approvals, prepare tender documentation and manage the procurement process to secure a works contractor and act as Employers Agent / Contract Administrator to monitor and manage the project works through to final completion.
The professional team should include the following disciplines:
Client Advisers, Project Lead (Project Manager/Lead Consultant), Architect, Lead Designer, Building Services Engineer, Civil & Structural Engineer, Cost Consultant (Quantity Surveying), Contract Administrator / Employers Agent, CDM Principal Designer, CDM Client Adviser, Fire Engineering Consultants and BREEAM Assessor.
II.1.3)Common procurement vocabulary:
71220000 - Architectural design services.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71200000 - Architectural and related services.
71242000 - Project and design preparation, estimation of costs.
71240000 - Architectural, engineering and planning services.
71221000 - Architectural services for buildings.
71250000 - Architectural, engineering and surveying services.
71324000 - Quantity surveying services.
79415200 - Design consultancy services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Open
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: PS/2015/076
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2016 - 172351
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 26/01/2016
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In both
In the original Notice.
In the corresponding tender documents.
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice:
Place of dates to be modified: Tender Closing Date
Instead of: 26/02/2016 Time: 12:00
Read: 01/03/2016 Time: 12:00
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
THURROCK COUNCIL IS ASSISTING HIGH HOUSE PRODUCTION PARK LTD. OF HIGH HOUSE PRODUCTION PARK, VELLACOTT CLOSE, OFF LONDON ROAD, PURFLEET, RM19 1RJ, IN CONDUCTING THE PROCUREMENT PROCESS FOR THIS REQUIREMENT. FOR THE AVOIDANCE OF DOUBT, THE CONTRACT WILL BE ENTERED INTO BY HIGH HOUSE PRODUCTION PARK LTD. AND THE SUCCESSFUL TENDERER(S). THURROCK COUNCIL IS NOT ACTING AS A CENTRAL PURCHASING BODY.
IT MUST BE NOTED THAT HIGH HOUSE PRODUCTION PARK LTD. IS NOT A CONTRACTING AUTHORITY AS DEFINED IN PCR 2006 AND PCR 2015.
THIS PROCUREMENT IS SUBJECT TO FUNDING FROM THE SKILLS FUNDING AGENCY (SFA) AND THE DEPARTMENT FOR BUSINESS INNOVATION & SKILLS (BIS). THE AWARD OF CONTRACT SHALL ONLY BE MADE FOLLOWING CONFIRMATION OF FUNDING FROM NCCIF, SFA AND BIS.
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.
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.
-------------------------------------------------------------------------------------------------------------------------
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=192296499
GO-2016225-PRO-7809231 TKR-2016225-PRO-7809230
VI.5)Date of dispatch: 25/02/2016
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Thurrock Council
Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
Contact: Procurement Services
Main Address: https://www.thurrock.gov.uk/business
NUTS Code: UKH32
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:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Multi-Disciplinary Consultant Team (RIBA Stage 3-6) for the National College Building at High House Production Park, Vellacott Close, Off London Road, Purfleet RM19 1RJ
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: High House Production Park 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 the proposed National College for the Creative and Cultural Industries building, obtain planning consent and other statutory approvals, prepare tender documentation and manage the procurement process to secure a works contractor and act as Employers Agent / Contract Administrator to monitor and manage the project works through to final completion. The professional team should include the following disciplines:
Client Advisers, Project Lead (Project Manager/Lead Consultant), Architect, Lead Designer, Building Services Engineer, Civil & Structural Engineer, Cost Consultant (Quantity Surveying), Contract Administrator / Employers Agent, CDM Principal Designer, CDM Client Adviser, Fire Engineering Consultants and BREEAM Assessor.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 363,250
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71220000 - Architectural design services.
71000000 - Architectural, construction, engineering and inspection services.
71210000 - Advisory architectural services.
71200000 - Architectural and related services.
71242000 - Project and design preparation, estimation of costs.
71240000 - Architectural, engineering and planning services.
71221000 - Architectural services for buildings.
71250000 - Architectural, engineering and surveying services.
71324000 - Quantity surveying services.
79415200 - Design consultancy services.
II.2.3) Place of performance
Nuts code:
UKH32 - Thurrock
Main site or place of performance:
Thurrock
II.2.4) Description of the procurement: Procurement of Multi-Disciplinary Consultant Team for The National College Building, High House Production Park.
II.2.5) Award criteria:
Quality criterion - Name: Understanding and interpretation of the tasks identified within the specification / Weighting: 20%
Quality criterion - Name: Technical skills and ability of the team / Weighting: 20%
Quality criterion - Name: Proposed approach to the project / Weighting: 10%
Quality criterion - Name: Proposed project management and quality control arrangements / Weighting: 10%
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: Open
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: No
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: 05/04/2016
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)
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: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Regeneration Practice Ltd.
1 Huguenot Place, Heneage Street, London, E1 5LN, United Kingdom
Tel. +44 2072476520
Internet address: http://www.regeneration.co.uk
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 363,250
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information
VI.3) Additional information: THURROCK COUNCIL IS ASSISTING HIGH HOUSE PRODUCTION PARK LTD. OF HIGH HOUSE PRODUCTION PARK, VELLACOTT CLOSE, OFF LONDON ROAD, PURFLEET, RM19 1RJ, IN CONDUCTING THE PROCUREMENT PROCESS FOR THIS REQUIREMENT. FOR THE AVOIDANCE OF DOUBT, THE CONTRACT WILL BE ENTERED INTO BY HIGH HOUSE PRODUCTION PARK LTD. AND THE SUCCESSFUL TENDERER(S). THURROCK COUNCIL IS NOT ACTING AS A CENTRAL PURCHASING BODY.
IT MUST BE NOTED THAT HIGH HOUSE PRODUCTION PARK LTD. IS NOT A CONTRACTING AUTHORITY AS DEFINED IN PCR 2006 AND PCR 2015.
THIS PROCUREMENT IS SUBJECT TO FUNDING FROM THE SKILLS FUNDING AGENCY (SFA) AND THE DEPARTMENT FOR BUSINESS INNOVATION & SKILLS (BIS). THE AWARD OF CONTRACT SHALL ONLY BE MADE FOLLOWING CONFIRMATION OF FUNDING FROM NCCIF, SFA AND BIS.
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.
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.
-------------------------------------------------------------------------------------------------------------------------
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198108199
VI.4) Procedures for review
VI.4.1) Review body
Thurrock Council
Civic Offices, New Road, Grays, RM17 6SL, United Kingdom
Tel. +44 1375652207
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Thurrock Council shall incorporate a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/04/2016