Lead Design Consultant Services London
Lead Design Consultant Services and Employers Agent for the Extension and Alteration works at Loddon Primary School.
United Kingdom-Wokingham: Architectural, construction, engineering and inspection services
2016/S 042-068552
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Offices Shute End
Wokingham
RG40 1BN
UNITED KINGDOM
Contact person: Mr A. Mukherjee
Telephone: +44 1189746000
E-mail: BuildingsUnitContractResponses@wokingham.gov.uk
NUTS code: UKJ11Internet address(es):Main address: www.wokingham.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lead Design Consultant Services and Employers Agent for the Extension and Alteration works at Loddon Primary School.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Wokingham Borough Council (WBC) is seeking to commission a suitably experienced and competent Lead Design Consultant and Employers Agent to design and contract manage a 1FE expansion to the existing primary school buildings at the Loddon Primary School site in Earley. The Works will include completing the detailed design, tender preparation and management, establishment of Employers Requirements, contractor management and Employers Agent, for the duration of the project.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Loddon Primary School, Earley, Reading, Berkshire, RG6 7LR, UK.
II.2.4)Description of the procurement:
The appointment and advice directly relating to Lead Design Consultant Services and Employers Agent for the Extension and Alteration works at Loddon Primary School. For the all-inclusive design package required to deliver, architectural design, cost management, mechanical and electrical design, structural design, acoustic design, environmental design including sustainability, landscape design, traffic management plans and other design elements that would normally be required for the delivery of a project of this nature and for the duration of the project.
The objective of the project is to deliver 1FE (1 Form Entry) expansion to the existing School which currently has a 2FE capacity. A Stage 1/2 report has been commissioned by the Council and the winning consultancy will be expected to use this report to develop the Planning Approval drawings and to come up with a design that meets all of the project objectives. The consultant will be required to provide an all-inclusive service as described within the tender documents. Some specialist services as described in the tender documents are considered to be additional services. At this time we are not aware of any issues regarding the design parameters that would control the development. A transport assessment has also been commissioned. Limited exploratory surveys have been undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As defined in Pre-Qualification Questionnaire:
Technical ability (35 %);
Project organisational management (30 %);
Lead consultant services management (20 %);
References (15 %).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
These requirements are clearly defined in the contract documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
UNITED KINGDOM
Telephone: +44 2079477156
VI.5)Date of dispatch of this notice: