Professional Services for Heritage Assets – Swindon
Lot 1: Lead consultant (including CDM principal designer, contract administration and cost control (QS)); Lot 2: Architectural; Lot 3: Structural engineering; Lot 4: Service engineering.
United Kingdom-Swindon: Architectural, construction, engineering and inspection services
2020/S 006-008758
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Civic Offices, Euclid Street
Town: Swindon
NUTS code: UKK14
Postal code: SN1 2JH
Country: United Kingdom
Contact person: Ms Mirabelle Mack
E-mail: mmack@swindon.gov.uk
Address of the buyer profile: http://www.swindon.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Professional Services for Heritage Assets Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
To establish a 4-year heritage services framework agreement, split into 4 lots, to accelerate delivery of refurbishments to the carriage works and other heritage assets that SBC owns or has an interest in.
Lot 1: Lead consultant (including CDM principal designer, contract administration and cost control (QS));
Lot 2: Architectural;
Lot 3: Structural engineering;
Lot 4: Service engineering.
Estimated agreement spend up to 2 000 000 GBP across the total framework term.
The first parcel of works will be awarded to the highest scoring bidder in each of the 4 services lots. The top scoring 3 tenderers on each lot will simultaneously be awarded onto the framework. Multi-disciplinary agencies may tender for multiple lots. The initial mini-competition contract term is for 12 months under the terms of a JCT 2016 Consultancy Agreement (Public Sector) as stated in the ITT documents. The ITT and supporting documents contain criteria for award onto the framework and the first parcel of works mini-competition.
II.1.6)Information about lots
II.2.1)Title:
Lead Consultant (including CDM Principal Designer, Contract Administration and Cost Control (QS))
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1: Lead consultant (including CDM principal designer, contract administration and cost control (QS)). To provide estimates and advice regarding the cost of construction works, CDM (Construction design and management) advice and reporting on health and safety issues during the design and planning phases of construction work and contract administration duties in developing contracts from the JCT suite of contracts for construction works to heritage assets that SBC owns or has an interest in. Estimated spend for lead consultant services is up to 365 000 GBP across the 4-year term of the framework.
The ITT and supporting documents contain minimum criteria to be awarded on the framework and the first parcel of works mini competition.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architectural Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2: Architectural services. To provide architectural design to regenerate, restore and conserve heritage assets that SBC owns or has an interest in. Estimated spend for architectural services is up to 910 000 GBP across the 4-year framework term.
The ITT and supporting documents contain minimum criteria to be awarded on the framework and the first parcel of works mini competition.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Structural Engineering Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3: Structural engineering services. To provide advice and selection of appropriate building materials, design of structural elements of construction projects to heritage assets that SBC owns or has an interest in. To inspect construction work and ensure the structural soundness of completed works. Estimated spend for structural engineering services is up to 365 000 GBP across the 4-year framework term.
The ITT and supporting documents contain minimum criteria to be awarded on the framework and the first parcel of works mini competition.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical and Electrical Engineering Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4: Mechanical and electrical engineering services. Mechanical services design includes but is not limited to: heating, ventilation, comfort cooling, hot and cold water services and above ground drainage. Electrical services design includes but is not limited to: supply and distribution, small power, lighting, emergency lighting, fire alarms, telephone and data wiring, security and access control systems. Estimated spend for mechanical and electrical services is up to 365 000 GBP across the 4-year framework term.
The ITT and supporting documents contain minimum criteria to be awarded on the framework and the first parcel of works mini competition.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Swindon
Country: United Kingdom
VI.5)Date of dispatch of this notice: