Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Lancaster University
University House
For the attention of: Paul Carter
LA1 4YW Lancaster
UNITED KINGDOM
Telephone: +44 1524593364
E-mail: p.carter@lancaster.ac.uk
Fax: +44 1524843087
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/lancaster/
Address of the buyer profile: http://www.lancs.ac.uk/depts/purchase/buyerprofiles.html
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
Body governed by public law
I.3)Main activity
Education
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:
Architectural Design Services for The Library Refurbishment.
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: Lancaster University campus.
NUTS code UKD4
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)
Lancaster University is seeking to appoint an Architect to design the refurbishment of the Library and provide a state of the art facility which meets the University strategic international aspirations. The Architect must have prior experience of refurbishing large libraries and demonstrate a strong understanding of library systems and service delivery, navigating book collections, library technologies, flexible learning spaces and library furniture (mobile shelving, appropriate seating/desking etc).
The Library constitutes 14 500 m2 of space which is comprised of the original 1967 building with an extension which was built in 1996. The building is to be refurbished floor by floor to enable the building to remain operational throughout the work. The refurbishment will commence on site in summer 2013 and it is estimated that with a phased approach it will take up to 5 years to complete with an estimated construction cost of 7 000 000 GBP.
The Architectural practices who reach tender stage will be asked to take part in a design competition which will be judged by key stakeholders and senior management within the University.
II.1.6)Common procurement vocabulary (CPV)
71220000, 71000000, 71210000, 71221000
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: no
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:
One.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 20.7.2012.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: no
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: Potential bidders may be excluded from the tender process for reasons such as being bankrupt, having been convicted of an offence concerning professional misconduct, not having paid taxes or not having contributed to social security systems.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Sound economic and financial standing demonstrated by evidence of relevant risk indemnity insurance documentation, audited accounts and annual report or relevant extracts in the event that you are not normally required to publish accounts.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision:
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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: Those organisations expressing interest must complete and submit a pre-qualification questionnaire. Each response will be scored and the overall score will determine those chosen to go forward to the tender stage.
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:
SP/12/397
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: 4.4.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.4.2012
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 12.4.2012
Place:
Electronically at Lancaster University.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Lancaster University staff only.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.4.3)Service from which information about the lodging of appeals may be obtained