Architect Services – Chelsea and Westminster Hospital
Expansion of the current ICU and NICU units located at Chelsea and Westminster Hospital.
United Kingdom-London: Architectural and related services
2016/S 100-179213
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Chelsea and Westminster Hospital NHS Foundation Trust
369 Fulham Road
Contact point(s): Procurement Department
SW10 9NH London
UNITED KINGDOM
Telephone: +44 2033158000
E-mail: tenders@chelwest.nhs.uk
Internet address(es):
General address of the contracting authority: www.chelwest.nhs.uk
Address of the buyer profile: www.chelwest.nhs.uk
Electronic access to information: https://www.lppsourcing.org/procontract/lpp/supplier.nsf/
Electronic submission of tenders and requests to participate: https://www.lppsourcing.org/procontract/lpp/supplier.nsf/
Further information can be obtained from: Chelsea and Westminster Hospital NHS Foundation Trust
369 Fulham Road
Contact point(s): Procurement Department
SW10 9NH London
UNITED KINGDOM
Telephone: +44 2033158000
E-mail: tenders@chelwest.nhs.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Chelsea and Westminster Hospital NHS Foundation Trust
369 Fulham Road
Contact point(s): Procurement Department
SW10 9NH London
UNITED KINGDOM
Telephone: +44 2033158000
E-mail: tenders@chelwest.nhs.uk
Tenders or requests to participate must be sent to: Chelsea and Westminster Hospital NHS Foundation Trust
369 Fulham Road
Contact point(s): Procurement Department
SW10 9NH London
UNITED KINGDOM
Telephone: +44 2033158000
E-mail: tenders@chelwest.nhs.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The PQQ will be evaluated based upon responses provided by Architects to the questions asked within the Technical and Quality section of the PQQ.
In addition the Trust will also obtain a D and B Credit Score check, based upon the details provided within the PQQ.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed within the PQQ.
III.2.3)Technical capacity
The PQQ will be evaluated based upon responses provided by Architects to the questions asked within the Technical and Quality section of the PQQ.
Minimum level(s) of standards possibly required:
As detailed within the PQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As detailed within the PQQ and subsequent ITT.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Develop Wayfinding Maps for Stoke-on-Trent
Architectural Services for Guildford Castle and Museum