Architectural Tender Morley College London
Morley College Renaissance Project.
UK-London: architectural design services
2012/S 72-119421
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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:
Morley College Renaissance 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: Morley College, 61 Westminister Bridge Road, London, SE1 7HT.
NUTS code UK
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)
Service required: procurement of architectural management and design services.
Objectives: morley college ltd wish to appoint an experienced and qualified architectural practice for management and design services in relation to the phased extension, remodelling and refurbishment of the existing college buildings (which are spread across three linked adjacent sites) in order to improve their accessibility, circulation, flexibility and public presence. The estimated value of the overall project is between 4m GBP and 5m GBP and may be in three or four phases.
Initially the appointment will cover all commission activities including advise and work on design up to and including riba work stage c to enable morley college to support a funding bid. Once funds have been secured, the appointed architectural practice may then be instructed to work the scheme through riba stages d to l, to include obtaining all necessary statutory approvals, obtaining and reporting on tenders and contract administration through to completion of the works and after practical completion.
The successful architectural practice will from appointment be responsible for the selection, procurement and appointment of all sub-consultants necessary for the proper execution of the initial and subsequent stages of the required services. The appointment of sub-consultants covers structural engineering, cost consultants, mechanical, electrical and lift services engineers and all other disciplines required by the architectural practice for the facilitation and proper completion of the project. The successful practice will be required to be responsible for all costs of the appointment and employment of their selected consultants. Morley college will directly appoint the cdm co-ordinator and any party wall surveyors.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at
http://www.myTenders.org/Search/Search_Switch.aspx?ID=86973.
II.1.6)Common procurement vocabulary (CPV)
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:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Any requirements relating to guarantees and undertakings will be refered to in the pre-qualification questionnaire and invitation to tender, with all necessary forms set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Interim payments to be pre-agreed between the contracting parties.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Grouping of economic operators may be required to form a single legal entity for the contracting authority to contract with.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See pre-qualifications questionnaire, to be made available on request.
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: As set out in the pre-qualification questionnaire and the invitation to tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire.
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
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: and maximum number 8
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire.
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:
JTS/JWG/7607
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
11.5.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.5.2012
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
See pre-qualifications questionaire, to be made available on request.
(MT Ref:86973).
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: The college will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to receive further debriefing from the contracting authority before the contract is entered into. Applicants who are unsuccessful shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the bidder was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1 of the OJEU advertisement. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) as amended by the Public Contracts (Amendments) Regulations 2009 and The Public Procurement (Miscellaneous Amendments) Regulations 2011, provide for aggrieved parties who have been harmed or are at risk of harm by 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 three months). If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the authority has communicated the award of the contract and a summary of reasons to bidders, or otherwise within 6 months. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set aside the award decision before the contract is 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:11.4.2012