Architectural Services for RIBA Stage 1 – RIBA Stage 7 – Staffordshire
Staffordshire County Council is looking to appoint an architect led design consultancy team with specialist skills, experience and knowledge to support us with the development of capital works for the HLF Round 2 bid preparation.
United Kingdom-Stafford: Architectural design services
2016/S 231-421902
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Staffordshire County Council
Two Staffordshire Place
For the attention of: Matthew Sutton
ST16 2DH Stafford
United Kingdom
Telephone: +44 1785854648
E-mail: matthew.sutton@staffordshire.gov.uk
Fax: +44 1785854660
Internet address(es):
General address of the contracting authority: http://www.staffordshire.gov.uk/business/procurement/etendering/
Electronic access to information: http://www.staffordshire.gov.uk/business/procurement/etendering/
Electronic submission of tenders and requests to participate: https://supplierlive.proactisp2p.com/Account/Login
Further information can be obtained from: Refer to I.1
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Refer to I.1
Tenders or requests to participate must be sent to: Refer to I.1
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Academies, Staffordshire Fire, Police and other agencies under the administrative area of the County Council. In addition establishments based in Cheshire, Derbyshire, Shropshire, Worcestershire, Warwickshire and Birmingham
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
NUTS code UKG24,UKG2
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)
II.1.6)Common procurement vocabulary (CPV)
71220000, 45212350, 71223000, 71221000
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:
Estimated value excluding VAT:
Range: between 250 000 and 300 000 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.1.2)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
III.2.2)Economic and financial ability
Financial checks will be undertaken for economic operators using one or more of the Councils current
financial assessors; n2check (www.n2check.com),
Dun and Bradstreet (www.dnb.co.uk), Experian
(www.experian.co.uk). Economic operators will be assessed according to the level of risk stipulated by the financial assessors used
Note:
1. It is the responsibility of the economic operator to
ensure that the appropriate accounts have been filed
and that the credit information held is correct.
2.Should economic operators wish other financial information to be taken into account to support the
economic and financial check this should be submitted with the response to the EOI / PQQ. SCC
reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the
assessment will be undertaken using a financial spreadsheet detailing trading account data for the last 3 years.
The organisation should hold valid insurance as required by the contract, or a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
The County Council may request from time to time a Parent Company Guarantee/Bond/ equivalent.
Minimum level(s) of standards possibly required: Financial checks
Any economic operator
being given an above average/higher than
Average risk rating or poorer, by one or more of the assessors used, may be rejected
Insurance Levels
As set out in the pre-qualification questionnaire
Failure to achieve or agree to this may lead to disqualification.
III.2.3)Technical capacity
As set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Scored and Pass / Fail questions as set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
Payable documents: no
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.3.8)Conditions for opening of tenders
Date: 13.1.2017 – 12:00
Place:
Staffordshire Procurement Offices
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Attendance is limited to members of the authority’s
staff.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system.
VI.4.1)Body responsible for appeal procedures
Refer to I.1
United Kingdom
Body responsible for mediation procedures
Refer to I.1
United Kingdom
VI.4.2)Lodging of appeals
tenderers.
The award decision process will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract/framework agreement.
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months).
The Court may order the setting aside of the award decision or may order the
Contracting Authority to amend any document and may award damages.
If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order
that the duration of any relevant specific contract be shortened and additionally may award damages.
The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Refer to I.1
VI.5)Date of dispatch of this notice:
Related Posts
Architectural Services and Quantity Surveying Framework Huddersfield
Project Management Services for London Luton Airport
Procurement of Architectural Services Wolverhampton
University of Bristol Building Consultants Framework