Commission for Design and Contract Administration for School Building Works
Provision of a lead consultant and design services in developing the scheme design into details and drawings and managing the construction of that design including contract administration, co-ordinating with the Council and School Bodies together.
United Kingdom-Wokingham: Building consultancy services
2014/S 077-133534
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Wokingham Borough Council
Civic Offices, Shute End
For the attention of: Arnab Mukherjee
RG40 1WH Wokingham
UNITED KINGDOM
Telephone: +44 1189746983
E-mail: arnab.mukherjee@wokingham.gov.uk
Fax: +44 1189746724
Internet address(es):
General address of the contracting authority: www.wokingham.gov.uk
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
Regional or local authority
I.3)Main activity
General public services
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:
Commission for Design and Contract Administration for the Expansion and Associated Works at Shinfield St Marys CE Junior School Wokingham.
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: Shinfield, Berkshire.
NUTS code UKJ11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
As II.1.1
II.1.6)Common procurement vocabulary (CPV)
71315200, 71315210, 71530000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Provision of a lead consultant and design services in developing the scheme design into details and drawings and managing the construction of that design including contract administration, co-ordinating with the Council and School Bodies together with other defined stakeholders and the provision of the management of the project from design to completion through the Council’s professional representative.
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
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Performance Bond will be required where the total contract value exceeds 300.000.00 GBP for 15 % of the annual value of the contract. The Bondsman is to be approved by the Council.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made 28 days following the rendering of a valid invoice.
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: yes
Description of particular conditions: As detailed in the Pre Qualification Questionnaire (PQQ).
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: Registration with a recognised and relevant professional body.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ.
A turnover of more than 160 % of the annual order value.
A satisfactory credit rating.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ.
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: no
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 4: and maximum number 8
Objective criteria for choosing the limited number of candidates: Highest 4-8 scores from the PQQ.
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 below
1. Value for money. Weighting 40
2. Technical ability. Weighting 15
3. Quality of service delivery. Weighting 15
4. Cost and build ability assurance. Weighting 15
5. Contract management. Weighting 15
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:
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
14.5.2014 – 14:00
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.4.2014