Architectural Design Services Coventry
Principal designer services to demolish and rebuild Coventry Fire Station.
United Kingdom-Birmingham: Architectural and related services
2015/S 092-165658
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
Contact point(s): Procurement
B4 7HW Birmingham
UNITED KINGDOM
Telephone: +44 1213806166
E-mail: procurement@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=12310&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12310&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: Coventry.
NUTS code UKG33
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)
— produce scheme layout plans and elevations ready for client approval,
— finalise schemes and produce 3D CGI style images of proposals,
— produce Design and Access Statements ready for Planning Application,
— produce Traffic Statement for Planning Application,
— produce Noise Impact Assessment for Planning Application,
— submit Planning Application for approval (excluding such fees to Local Authorities etc. which will be funded directly by the Fire Authority when required),
— CDM Principal Designer (covering duties as detailed in the Construction, Design and Management Regulations 2015 and in accordance with the Schedule of Services and Fees as amended (PS/99)),
— structural engineer – (Nominated) J Turner & Associates Ltd – Antony Bartlam,
— mechanical engineer,
— electrical engineer,
— party wall surveyor,
— quantity surveyor,
— landscape architect,
— clerk of works,
— BREEAM Consultant.
II.1.6)Common procurement vocabulary (CPV)
71200000, 71000000, 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:
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. Bidders will need to include in their offer (by way of inclusive lump sum fees) for the following services:-
— produce scheme layout plans and elevations ready for client approval,
— finalise schemes and produce 3D CGI style images of proposals,
— produce Design and Access Statements ready for Planning Application,
— produce Traffic Statement for Planning Application,
— Produce Noise Impact Assessment for Planning Application,
— Submit Planning Application for approval (excluding such fees to Local Authorities etc. which will be funded directly by the Fire Authority when required),
— CDM Principal Designer (covering duties as detailed in the Construction, Design and Management Regulations 2015 and in accordance with the Schedule of Services and Fees as amended (PS/99)),
— structural engineer – (Nominated) J Turner & Associates Ltd – Antony Bartlam,
— mechanical engineer,
— electrical engineer,
— party wall surveyor,
— quantity surveyor
— landscape architect,
— clerk of works,
— BREEAM Consultant.
Please note that all costs and fees associated with the above will be deemed to be included within the Tenderer’s fee proposal unless explicitly excluded.
It will be open for Tenderers to seek any other advice that may be require from any other professions, but the cost of any such advice will be deemed to be included in the fee offer.
Further details are contained on the Specification.
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.1.4)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
Minimum level(s) of standards possibly required: 1 200 000 GBP turnover required.
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.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: