Architectural Services Contract Winchester
Contract for Architectural and Ancillary Services for Station Approach Winchester.
2017/S 063-118297
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Winchester
SO23 9LJ
United Kingdom
Contact person: Email only, must quote ‘Winchester, Station Approach Procurement’ in the subject header
E-mail: riba@ribacompetitions.org
NUTS code: UKJ3
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract for Architectural and Ancillary Services for Station Approach Winchester.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contracting Authority is seeking to commission a design team to provide architectural design and ancillary services (with the exception of cost consultants transport consultants and quantity surveyors who will be appointed separately by the Contracting Authority) for a commercially viable and mixed use development of office space with supporting residential and small scale retail uses including necessary parking provisions including a strategy for public realm improvements and proposals for disposition of uses across 2 sites in the ownership of the Contracting Authority known respectively as ‘the Carfax Site’ and ‘the Cattlemarket’. It is intended that the Services to be secured will be carried out in Phases as set out in II. 2.11) below with gateways at the end of each Phase with the Contracting Authority exercising the right at its sole discretion whether or not to proceed to the next Phase.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Winchester Hampshire.
II.2.4)Description of the procurement:
The successful Applicant and their team will be required to work with the Contracting Authority and its other technical and professional advisors to produce designs considering sustainability as an important factor in project design construction and future operations. Building solutions will need to achieve BREEAM excellent standard as minimum. Bream outstanding is Contracting Authority’s aspiration. It will be crucial that any design is practical for a construction point of view and commercially viable in terms of attracting rents and income to cover cost of construction. Total fees for the successful Applicant and their team are estimated at 3 000 000 GBP excluding VAT on the basis that the Contracting Authority decided to exercise all of the options specified in II.2.11) below and on the assumption of an notional construction cost of 52 000 000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to Standard Selection Questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
It is envisaged that the Development will be taken forward in phases with gateways at the end of each phase with the Contracting Authority exercising the right at its sole discretion at the end of each Phase as to whether or not it wishes to instruct the successful Applicant in respect of the next phase: The successful Applicant will be appointed initially in respect of Phase 1 only. The phases are as follows:
— Phase 1: Disposition of uses across the Carfax and Cattlemarket sites, a strategy for improvements to the public realm, and a proposal for ‘Concept Design’ for the Carfax site (RIBA Stages 0 -2);
— Phase 2: Develop the design to planning stage (RIBA Stage 3);
— Phase 3: Technical Design (RIBA Stage 4);
— Phase 4: Construction (RIBA Stage 5) — option to novate or retain depending on chosen route for procurement;
— Phase 5: Handover and Close Out (RIBA Stage 6);
— Phase 6: In Use (RIBA Stage 7).
II.2.13)Information about European Union funds
II.2.14)Additional information
All shortlisted Applicants will be required to attend an Interview for clarification and moderation as part of the tender process. All those who attend the interview will receive an honorarium of 3 000 GBP plus VAT. There are minimum requirements for participation in this procurement as specified in the procurement documents.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The lead firm of Architects are required to be registered with the Architects Registration Board or European equivalent.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the procurement documents which are available to download. The Contracting Authority will be using the NEC Form of Professional Services Appointment ( NEC 3) subject to amendments as the Contracting Authority reasonably deems necessary. No material amendments will be permitted.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
All interested applicants who wish to express an interest in this procurement must first register with the RIBA by completing the form available at https://ribacompetitions.wufoo.eu/forms/station-approach-winchester/ They will then be issued with a unique link which must be used to submit the standard selection questionnaire. Applicants should ensure that they register at least 48 hours before the deadline for submission of expressions of interest in order that the link may be issued.
The Council has elected not to divide this procurement into Lots in order to obtain a more economically advantageous outcome by appointing a single service provider to provide the Services. The Council reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award the contract for part of the Services at its sole discretion. For the avoidance of doubt all costs incurred by any applicant and/or tenderer before signature of any appointment with the Council shall be incurred entirely at that applicant’s or tenderer’s risk.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice The Strand
London
WC1A 2LL
United Kingdom
VI.4.3)Review procedure
The Council will observe a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers before entering into the contract. That notification will provide the information required by Regulation 86 about the award decision.
VI.4.4)Service from which information about the review procedure may be obtained
125 Kingsgate
London
WC2B 6NH
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Conservation Advice Contract Derbyshire
Building Consultancy Services Dartford 2017 – 2019
Multi-Disciplinary Professional Services Framework London
Interior Design Services Framework
University of Edinburgh Quantity Surveying Framework