Architecture Consultancy Oxfordshire and Cheshire
The services will be used for any construction projects at these sites within a value range between GBP 10 000 and GBP 4 000 000 each.
United Kingdom-Swindon: Architectural design services
2014/S 242-426309
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, North Star Avenue
Contact point(s): Construction Team Procurement
SN2 1FF Swindon
UNITED KINGDOM
Telephone: +44 1793867000
E-mail: constructionteam@uksbs.co.uk
Internet address(es):
General address of the contracting authority: www.uksbs.co.uk
Further information can be obtained from: UK Shared Business Services Ltd
North Star House, North Star Avenue
SN2 1FF Swindon
UNITED KINGDOM
E-mail: expressionofinterest@ccs.gsi.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: UK Shared Business Services Ltd
North Star House, North Star Avenue
SN2 1FF Swindon
UNITED KINGDOM
E-mail: expressionofinterest@ccs.gsi.gov.uk
Tenders or requests to participate must be sent to: UK Shared Business Services Ltd
North Star House, North Star Avenue
SN2 1FF Swindon
UNITED KINGDOM
E-mail: expressionofinterest@ccs.gsi.gov.uk
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
Science and Technology Facilities Council
Polaris House, North Star Avenue
SN2 1SZ Swindon
UNITED KINGDOM
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 UKJ14,UKD2
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)
The services will be used for any construction projects at these sites within a value range between GBP 10 000 and GBP 4 000 000 each.
II.1.6)Common procurement vocabulary (CPV)
71220000, 71210000, 71241000, 71248000, 71400000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 25 000 and 3 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Didcot, Oxon, Architectural consultancy
1)Short description
2)Common procurement vocabulary (CPV)
71220000, 71241000, 71248000, 71400000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 25 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Daresbury Laboratory, Cheshire, Architectural consultancy
1)Short description
2)Common procurement vocabulary (CPV)
71220000, 71241000, 71248000, 71400000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 25 000 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/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.1.3)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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing suite. To participate in this procurement, participants must first be registered on the e-Sourcing suite.
If bidders have not yet registered on the e-Sourcing suite, this can be done on-line at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which the bidder is registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-amsupplier/respond-tender
Once the bidder has registered on the e-Sourcing suite, a registered user can express an interest for a specific procurement.
This is done by emailing: expressionofinterest@ccs.gsi.gov.uk The email must clearly state:
— the name and reference number for the procurement the bidder wishes to register for;
— the name of the registered supplier;
— the name and contact details of the registered individual sending the email.
Crown Commercial Service will process the email and then enable the bidder to access the procurement on-line via the e-Sourcing suite. the registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFx event. (RFx= (tender process)
Please note that it is your responsibility to access these emails on a regular basis to ensure that you have sight of all relevant information.
For technical assistance on the use of the eSourcing suite, please contact Crown Commercial Service Help-desk: Free-phone +44 3450103503; email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is available to bidders at: http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to the Request for Proposal.
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
We will also require to see at least one of the following documents (note — if you have been trading for more than 3 years we will require you to produce Document 1):
Document 1 — A copy of your audited accounts for the most recent 2 years.
Document 2 — A statement of your turnover, profit and loss account and cash flow for the most recent year of trading.
Document 3 — A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
Document 4 — Alternative means of demonstrating financial status if trading for less than a year.
Document 5 — Parent Company accounts (if applicable).
Document 6 — Deeds or guarantee.
Document 7 — Accountants references.
Document 8 — Management accounts.
Document 9 — Financial projections including cash flow forecasts.
Document 10 — Details and evidence of previous contracts.
III.2.3)Technical capacity
Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to the Request for Proposal.
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1. The Contracting Authority may have regard to any of the following means in its assessment:
(a) list of the works carried out in the past 5 years,
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the Bidder or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract.
Accredited to ISO9001:2008 or equivalent and any subsequent revisions.
Accredited or working towards ISO14001 or.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)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.3.7)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
VI.4.1)Body responsible for appeal procedures
The Procurement Policy Manager
E-mail: policy@uksbs.co.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Procurement Policy Manager
E-mail: policy@uksbs.co.uk
VI.5)Date of dispatch of this notice: