Principal Designer Services for Aston Fire Station
West Midlands Fire and Rescue Authority has identified a requirement to rebuild the existing fire station at Aston in Birmingham as it is no longer fit for the needs of the modern fire service.
United Kingdom-Birmingham: Architectural, construction, engineering and inspection services
2016/S 056-093964
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West Midlands Fire and Rescue Authority
VAT No 281 2856 47
99 Vauxhall Road, Nechells
For the attention of: Jacky Perkins
B7 4HW Birmingham
UNITED KINGDOM
Telephone: +44 1213806176
E-mail: Jackie.perkins@wmfs.net
Internet address(es):
General address of the contracting authority: http://www.wmfs.net
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/34952
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15392&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15392&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
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
Main site or location of works, place of delivery or of performance: Birmingham.
NUTS code UKG31
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)
There is a requirement for the building to be designed to a BREEAM 2014 rating of Good as a minimum, with an aspiration to reach Very Good if this can be accommodated within the available budget.
The services to be provided will be based generally on the RIBA Standard Form of Agreement for the Appointment of an Architect (SFA/99), updated April 2013, subject to the amendments in the Schedule of Services and fees attached The construction contract will be let as a Build only JCT contract. The use of Constructing West Midlands framework agreement and the Open Procedure will be considered as a method of letting the contract.
II.1.6)Common procurement vocabulary (CPV)
71000000, 71200000, 71210000, 71220000, 71221000, 71240000, 71250000, 71251000, 71312000, 71315200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
There is a requirement for the building to be designed to a BREEAM 2014 rating of Good as a minimum, with an aspiration to reach Very Good if this can be accommodated within the available budget.
The services to be provided will be based generally on the RIBA Standard Form of Agreement for the Appointment of an Architect (SFA/99), updated April 2013, subject to the amendments in the Schedule of Services and fees attached.
The construction contract will be let as a Build only JCT contract. The use of Constructing West Midlands framework agreement and the Open Procedure will be considered as a method of letting the contract.
Bidders must have 10 000 000 GBP public liability and 10 000 000 GBP Professional Indemnity Insurance and should have experience of working with Listed Buildings.
Estimated value excluding VAT: 500 000 GBP
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Contained within the tender documents.
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.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
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: