Advisory Architectural Services Edinburgh
Saughton Park Heritage Lottery Project.
United Kingdom-Edinburgh: Advisory architectural services
2014/S 073-126286
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Contact point(s): Commercial and Procurement Services
For the attention of: Shane McKenna
EH8 8BG Edinburgh
UNITED KINGDOM
Telephone: +44 1314693080
Internet address(es):
General address of the contracting authority: http://www.edinburgh.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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
Ministry or any other national or federal authority, including their regional or local sub-divisions
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Saughton Park Heritage Lottery Project
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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: Edinburgh
NUTS code UKM25
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
City of Edinburgh Council is seeking to appoint Lead Landscape Architects and a multi-disciplinary Design Team with experience of working with Local Authorities on Heritage Lottery Funded public park projects to work with the Council on the restoration and enhancement of Saughton Park in Edinburgh.
The contract requires Lead Landscape Architect and multi-disciplinary Design Team Services to develop master plan proposals for Saughton Park from Royal Institute of British Architects (RIBA) work stages 2 to 7 and other associated services.
More information about the RIBA work stages can be found on their web page
www.architecture.com/TheRIBA/AboutUs/Professionalsupport/RIBAOutlinePlanofWork2013.aspx
The master plan proposals will include restoring the historic landscape, enhancing landscape features and creating new schemes to better meet the needs of today’s park users. A new cafe building is planned along with replacing of the winter gardens glass house and restoration of the historic stable block to create new community and volunteer space.
A Conservation Plan and a 10 year costed Management & Maintenance Plan needs to be prepared as part of the Council’s 2nd round HLF bid submission.
See Schedule A – Specification for the design requirements and supporting documents which is provided as part of the PQQ.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=300999
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
71210000, 71240000, 71250000, 71251000, 45212350, 71200000, 71230000, 71222000, 71221000, 72242000, 73300000
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: yes
Tenders may be submitted for all lots
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:
See tender documents for more information.
Estimated value excluding VAT:
Range: between 0 and 508 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Contract ends on 31.12.2018 with an optional 12 month extension at the sole discretion of the Council.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 25.7.2014. Completion 31.12.2019
Information about lots
Lot No: 2 Lot title: Stage 2
1)Short description
Stage 2 will be to deliver master plan proposals from RIBA work stages 3 to 7.
Stage 2 of the contract appointment will be conditional on the Council securing the full delivery HLF grant and satisfactory performance of Design Team during Stage 1. The second stage is expected to run until July 2019 plus 12 month snagging period afterwards.
2)Common procurement vocabulary (CPV)
71200000, 71210000, 71221000, 71222000, 71230000, 71240000, 71250000, 71251000, 45212350, 72242000
3)Quantity or scope
See tender documents for more information.
Estimated value excluding VAT:
Range: between 0 and 267 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 1.1.2016. Completion 31.12.2018
5)Additional information about lots
Lot No: 1 Lot title: Stage 1
1)Short description
To deliver master plan proposals to RIBA work stages 2 and 3 and to support a 2nd round HLF bid application in August 2015.
2)Common procurement vocabulary (CPV)
71210000, 71200000, 45212350, 71221000, 71222000, 71230000, 71240000, 71250000, 71251000, 72242000, 71311000
3)Quantity or scope
See tender documents for more information.
Estimated value excluding VAT:
Range: between 0 and 241 000 GBP
4)Indication about different date for duration of contract or starting/completion
Starting 31.12.2014. Completion 31.8.2015
5)Additional information about lots
See tender documents for more information.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents for more information.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents for more information.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documents for more information.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See tender documents for more information.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See tender documents for more information.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See tender documents for more information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender documents for more information.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: See tender documents for more information.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
CT3240
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 17.4.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
8.5.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
22.5.2014
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
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.3)Additional information
See tender documents for more information.
(SC Ref:300999)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2012 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers on day 1 of the standstill period. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:8.4.2014