buildings owned by the Council or in which the Council has an interest e.g. libraries, leisure centres and schools within the administrative boundaries of the Council.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Wirral Borough Council
Municipal Building, Cleveland Street
CH41 6BU Birkenhead
UNITED KINGDOM
E-mail: tenders@wirral.gov.uk
Internet address(es):
General address of the contracting authority: http://www.wirral.gov.uk/
Further information can be obtained from: via the Chest
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wirral Borough Council
Municipal Building, Cleveland Street
CH41 6BU Birkenhead
UNITED KINGDOM
E-mail: tenders@wirral.gov.uk
Tenders or requests to participate must be sent to: Wirral Borough Council
Municipal Building, Cleveland Street
CH41 6BU Birkenhead
UNITED KINGDOM
E-mail: tenders@wirral.gov.uk
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:
Design Consultant Framework – Architectural Design Services.
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
NUTS code UKD54
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 20
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
CONTRACT-9Y7F-FGNBT4
The purpose of this tender is to enter into a Design Consultancy Framework – Architectural Design Services, to buildings owned by the Council or in which the Council has an interest e.g. libraries, leisure centres and schools within the administrative boundaries of the Council.
Wirral is a Metropolitan Borough within Merseyside in the North West of England with a population of approximately 300,000 over 60 square miles. Further information about Wirral is available on our website (www.wirral.gov.uk).
Wirral Council wished to appoint one or more consultants to undertake the provision of Architectural Design Services to Wirral Council Department of Universal & Infrastructure Services for the period 01/11/2015 to 31/10/2019.
The Universal & Infrastructure Services Department is responsible for the delivery of a wide range of building services including; Building Design and Property Maintenance; Energy Conservation; Asset Management; FM Services and Transport Services.
Wirral has a Capital Programme for building works which is partly made up from Council Capital and partly from the Department for Education Grant from Central Government. Many of the projects we undertake are small projects comprising either refurbishment, alteration or extension to existing buildings and this requires a considerable depth of knowledge and experience of a wide range of building types and uses in order to design appropriately for the existing building stock.
The majority of our projects are extensions and refurbishments of schools and it is important that our partner consultants have both experience and knowledge of this key specialist core business area.
The tender is split into 5 lots:
LOT 1.
—
Architectural Design Services, including whole project design team
LOT 2.
—
Quantity Surveying Service
LOT 3.
—
Electrical Engineering Design Service
LOT 4.
—
Mechanical Engineering Design Service
LOT 5.
—
Structural Engineering Design Service
Tenders may be submitted for individual or a combination or all of the above lots.
Up to a maximum of 4 supplier will be appointed per Lot with the option to Direct award or run a further competition
The contract is for 4 years starting on 1.12.2015, renewable on an annual basis.
II.1.6)Common procurement vocabulary (CPV)
71200000, 71300000, 71400000, 71500000, 71600000, 71700000
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: yes
Tenders may be submitted for one or more lots
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:
500 000 GBP.
Estimated value excluding VAT: 500 000 GBP
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
Information about lots
Lot No: 1Lot title: Architectrual Services
1)Short description
The Architectural Services Framework will also include, either in-house or frompartner consultants, all the services required for delivery of a building project i.e.Structural Engineer, Building (Mechanical and Electrical) Services Engineers andQuantity Surveying, and these consultants will need to be named as a BuildingDesign Team for the bid. They may include in this team firms which are bidding forthe provision of services separately, or not as the case may be.Separate Agreements are being developed for other Professional Design Servicesfor separate call off in each of the disciplines i.e.— Structural Engineering— Building Services Mechanical Engineering— Building Services Electrical Engineering— Quantity SurveyingConsultants may bid for more than one of the above services, but all relevantinformation must be provided in respect of each service and separate onlinesubmissions for each of the 5 service lots will be required.Each project will require selection of a consultant team and this will be based on therequirements of the project matched with the experience and qualifications of theframework members to select the most appropriate team for the project.Work to Grade 2* Listed Buildings and above or scheduled monuments is notincluded and will be tendered separately with appropriately qualified Conservationspecialists.
2)Common procurement vocabulary (CPV)
71200000, 71300000, 71400000, 71500000, 71600000, 71700000
3)Quantity or scope
As per Short description.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Estimated contract value for all 5 Lots inclusive is 500 000 GBP.
Lot No: 2Lot title: Quantity Surveying Services
1)Short description
The Quantity Surveying Services Framework will generally works as a part of a fulldesign team, which could consists of all in-house staff or a combination of in-houseand other Framework disciplines..Separate Agreements are being developed for other Professional Design Servicesfor separate call off in each of the disciplines i.e.— Architectural Design Services (includes the whole design team)— Structural Engineering— Building Services Mechanical Engineering— Building Services Electrical EngineeringConsultants may bid for more than one of the above services, but all relevantinformation must be provided in respect of each service and separate onlinesubmissions for each of the 5 service lots will be required.Each project will require selection of a consultant team and this will be based on therequirements of the project matched with the experience and qualifications of theframework members to select the most appropriate team for the project.Work to Grade 2* Listed Buildings and above or scheduled monuments is notincluded and will be tendered separately with appropriately qualified Conservationspecialists.
2)Common procurement vocabulary (CPV)
71200000, 71300000, 71400000, 71500000, 71600000, 71700000
3)Quantity or scope
As per short description.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Estimated contract value for all 5 Lots inclusive is 500 000 GBP.
Lot No: 3Lot title: Electrical engineering
1)Short description
The Electrical Design Services Framework will generally work as a part of a fulldesign team, which could consists of all in-house staff or a combination of in-houseand other Framework disciplines. Firms which are bidding for the provision ofservices separately may also be included in the Architects team, or not as the casemay be.Separate Agreements are being developed for other Professional Design Servicesfor separate call off in each of the disciplines i.e.— Architectural Design Services (includes the whole design team)— Structural Engineering— Building Services Mechanical Engineering— Quantity SurveyingConsultants may bid for more than one of the above services, but all relevantinformation must be provided in respect of each service and separate onlinesubmissions for each of the 5 service lots will be required.Each project will require selection of a consultant team and this will be based on therequirements of the project matched with the experience and qualifications of theframework members to select the most appropriate team for the project.Work to Grade 2* Listed Buildings and above or scheduled monuments is notincluded and will be tendered separately with appropriately qualified Conservationspecialists.
2)Common procurement vocabulary (CPV)
71200000, 71300000, 71400000, 71500000, 71600000, 71700000
3)Quantity or scope
As per short description.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Estimated contract value for all 5 Lots inclusive is 500 000 GBP.
Lot No: 4Lot title: Mechanical Engineering
1)Short description
The Mechanical Design Services Framework will generally work as a part of a fulldesign team, which could consists of all in-house staff or a combination of in-houseand other Framework disciplines. Firms which are bidding for the provision ofservices separately may also be included in the Architects team, or not as the casemay be.Separate Agreements are being developed for other Professional Design Servicesfor separate call off in each of the disciplines i.e.— Architectural Design Services (includes the whole design team)— Structural Engineering— Building Services Electrical Engineering— Quantity SurveyingConsultants may bid for more than one of the above services, but all relevantinformation must be provided in respect of each service and separate onlinesubmissions for each of the 5 service lots will be required.Each project will require selection of a consultant team and this will be based on therequirements of the project matched with the experience and qualifications of theframework members to select the most appropriate team for the project.Work to Grade 2* Listed Buildings and above or scheduled monuments is notincluded and will be tendered separately with appropriately qualified Conservationspecialists.
2)Common procurement vocabulary (CPV)
71200000, 71300000, 71400000, 71500000, 71600000, 71700000
3)Quantity or scope
As per short description.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Estimated contract value for all 5 Lots inclusive is 500 000 GBP.
Lot No: 5Lot title: Structural engineering
1)Short description
The Structural Engineering Services Framework will generally work as a part of a fulldesign team, which could consists of all in-house staff or a combination of in-houseand other Framework disciplines.Separate Agreements are being developed for other Professional Design Servicesfor separate call off in each of the disciplines i.e.— Architectural Design Services (includes the whole design team)— Quantity Surveyors Services— Building Services Mechanical Engineering— Building Services Electrical EngineeringConsultants may bid for more than one of the above services, but all relevantinformation must be provided in respect of each service and separate onlinesubmissions for each service will be required.Each project will require selection of a consultant team and this will be based on therequirements of the project matched with the experience and qualifications of theframework members to select the most appropriate team for the project.Work to Grade 2* Listed Buildings and above or scheduled monuments is notincluded and will be tendered separately with appropriately qualified Conservationspecialists.
2)Common procurement vocabulary (CPV)
71200000, 71300000, 71400000, 71500000, 71600000, 71700000
3)Quantity or scope
As per short description.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Estimated contract value for all 5 Lots inclusive is 500 000 GBP.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents for further information.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents for further information.
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: Information and formalities necessary for evaluating if requirements are met in accordance with Articles 45 and 46 of EC Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006, and is set out in the Pre-Qualification Questionnaire which is available from part I.1 above.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met in accordance with Article 47of the Directive 2004/18/EC and Regulation 24 of thePublic Contracts Regulations 2006 as set out in the Pre-Qualification Questionnaire which is available from the address in Part I.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met in accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of thePublic Contracts Regulations 2006 and as set out in the Pre-Qualification Questionnaire which is available from the address in Part I.1.
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
9Y7F-FGNBT4
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
7.9.2015 – 12:00
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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Close date for all PQQ submissions is 07/09/2015Please indicate within your PQQ submission which Lot/s number/s you wish to bid for The Authority seeks to select a maximum of 6 suppliers to be taken through to ITT stage per Lot The Authorirty seeks to appoint up to a maximum of 4 suppliers for each Lot There will be the option for the authority to Direct Award or run a further competition on the Framework Further information relating to this contract can be accessed and downloaded from ‘The Chest’, www.the-chest.org.uk To take part in any exercise and to express an interest in a contract opportunity, you must register on The Chest. On the Opportunities portal home page there is an option to ‘Register Free’ in the top right hand corner of the screen. If your organisation is already a registered user, you should read the supplier guides available on The Chest. To express your interest in this contract, log on to The Chest and go to ‘Search Latest Opportunities’. All questions relating to this tender must be raised via the Chest. If you experience any technical problems using The Chest, please email nwsupport@due-north.com or telephone: +44 8452930459. Tenderers are advised to read the ‘Instructions to Tenderers’ document before completing their submission.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
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:
6.8.2015