Trowbridge: architectural, construction, engineering and inspection services
Professional services framework contract.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Wiltshire Council
Strategic Property Services, Department of Transformation & Resources, County Hall, Bythesea Road
For the attention of: Ms Vanessa Colyer
BA14 8JN Trowbridge
UNITED KINGDOM
E-mail: Propertyframeworks@wiltshire.gov.uk
Internet address(es):
General address of the contracting authority: www.wiltshire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wiltshire Council
Internet address: www.supplyingthesouthwest.org.uk
Tenders or requests to participate must be sent to: Wiltshire Council
Internet address: www.supplyingthesouthwest.org.uk
Section II: Object of the contract
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: Wiltshire.
NUTS code UKK15
— Lot 1 – the following consultant services for projects with construction values of 0 GBP to 1 500 000 GBP.
O Architect.
O Lead Consultant (addition to architect duties).
O Cost manager.
O Service engineer.
O Civil and structural engineer.
O Building surveyor.
O Landscape architect.
— Lot 2 – the following consultant services for projects with construction values of 1 500 000 GBP to 35 000 000 GBP.
O Architect.
O Lead consultant (addition to architect duties).
O Cost manager.
O Service engineer.
O Civil and structural engineer.
O Landscape architect.
— Lot 3 – the following consultant services for projects with construction values of 0 GBP to 35 000 000 GBP.
O CDM-C.
O Ecologist.
— Lot 4 – the following consultant services for projects that are not construction value based.
O Planning consultants.
O Valuation and sales – commercial (North).
O Valuation and sales – rural (North).
O Valuation and sales – residential (North).
O Valuation and sales – commercial (South).
O Valuation and sales – rural (South).
O Valuation and sales – residential (South).
The contract is primarily for use by Wiltshire Council, but it is also intended for use by other Wiltshire-based contracting authorities at their discretion, and as existing contract arrangements and internal governance allows.
Schools, town and parish councils (see http://cms.wiltshire.gov.uk/mgParishCouncilDetails.aspx) in Wiltshire, the Wiltshire Police Authority and Wiltshire fire and rescue services are particular bodies.
71000000, 70300000, 70310000, 70330000, 79417000, 71313000, 71317000, 71700000, 71630000, 71540000, 71530000, 71520000, 71510000, 71500000, 71420000, 71410000, 71400000, 71350000, 71340000, 71330000, 71320000, 71310000, 71300000, 71250000, 71240000, 71230000, 71220000, 71210000, 70320000
Tenders may be submitted for one or more lots
— Centralisation of council offices to hub offices (3 nr),
— Campus developments potentially containing leisure, community, library and other local facilities (up to 18 nr),
— Depot rationalization (salt store, recycling facilities) (3 nr),
— Schools/pre-schools/nurseries and children’s centres (up to 15 nr),
— Planned maintenance programme (up to 69 nr),
— The disposal of surplus assets as a result of the above property rationalisation programmes.
The following outlines the potential values of projects that may (as an indicative list only) be undertaken and require services from more than one Lot as identified in II.1.5.
— Hub offices – approx. 32 000 000 GBP,
— Campus development – approx. 140 000 000 GBP,
— Depot rationalisation – approx. 15 000 000 GBP,
— Schools/pre-schools/nurseries and children’s centres – approx. 30 000 000 GBP,
— Planned maintenance programme – approx. 4 000 000 GBP,
— Disposal of approx. 100 properties with a total value of 30 000 000 GBP.
The following outlines the potential timescale of projects that may (as an indicative list only) be undertaken and require services from more than one Lot as identified in II.1.5.
— Hub offices – complete by 2013,
— Campus development – 2012 to 2018,
— Depot rationalisation – 2012 to 2015,
— Schools/pre-schools/nurseries and children’s centres – 2012 to 2013,
— Planned maintenance – 2012 to 2015,
— Disposals – 2012 to 2018.
Information about lots
Lot No: 1 Lot title: Projects with Construction Values of 0 GBP to 1 500 000 GBP.
2) Common procurement vocabulary (CPV)
Main code.
71000000.
Additional codes.
71210000 71220000 71230000 71240000 71250000 71300000 71310000 71320000 71330000 71340000 71350000 71400000 71410000 71420000 71500000 71510000 71520000 71530000 71540000 71630000 71700000
3) Quantity or scope.
Potentially includes 50-85 projects at a total value in the region of 25-35m GBP.
This is indicative only.
4) Indication about different date for duration of contract or starting/completion.
5) Additional information about lots.
71000000, 70300000, 70310000, 70330000, 79417000, 71313000, 71317000, 71700000, 71630000, 71540000, 71530000, 71520000, 71510000, 71500000, 71420000, 71410000, 71400000, 71350000, 71340000, 71330000, 71320000, 71310000, 71300000, 71250000, 71240000, 71230000, 71220000, 71210000
2) Common procurement vocabulary (CPV).
Main code.
71000000.
Additional codes.
71210000 71220000 71230000 71240000 71250000 71300000 71310000 71320000 71330000 71340000 71350000 71400000 71410000 71420000 71500000 71510000 71520000 71530000 71540000 71630000 71700000
3) Quantity or scope.
Potentially includes 10-30 projects at a total value in the region of 25-35m GBP.
This is indicative only.
4) Indication about different date for duration of contract or starting/completion.
5) Additional information about lots.
71000000, 70300000, 70310000, 70330000, 79417000, 71313000, 71317000, 71700000, 71630000, 71540000, 71530000, 71520000, 71510000, 71500000, 71420000, 71410000, 71400000, 71350000, 71340000, 71330000, 71320000, 71310000, 71300000, 71250000, 71240000, 71230000, 71220000, 71210000
2) Common procurement vocabulary (CPV).
Main code.
71000000.
Additional codes.
71317000 79417000 71410000 71420000 71313000
3) Quantity or scope.
Potentially includes 70-100 projects at a total value in the region of 150-220m GBP.
This is indicative only.
4) Indication about different date for duration of contract or starting/completion.
5) Additional information about lots.
71000000, 70300000, 70310000, 70330000, 79417000, 71313000, 71317000, 71700000, 71630000, 71540000, 71530000, 71520000, 71510000, 71500000, 71420000, 71410000, 71400000, 71350000, 71340000, 71330000, 71320000, 71310000, 71300000, 71250000, 71240000, 71230000, 71220000, 71210000
2) Common procurement vocabulary (CPV)
Main code.
70000000.
Additional codes.
70300000 70310000 70320000 70330000 71410000
3) Quantity or scope.
Potentially includes 70-100 disposals with a value in the region of 20-30m GBP.
This is indicative only.
4) Indication about different date for duration of contract or starting/completion.
5) Additional information about lots.
71000000, 70300000, 70310000, 70330000, 79417000, 71313000, 71317000, 71700000, 71630000, 71540000, 71530000, 71520000, 71510000, 71500000, 71420000, 71410000, 71400000, 71350000, 71340000, 71330000, 71320000, 71310000, 71300000, 71250000, 71240000, 71230000, 71220000, 71210000
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the convention relating to the protection of the financial interests of the European communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.61991 on prevention of the use of the financial system for the purpose of money laundering.
Organisations wishing to participate, must express interest (see below) and submit a completed pre-qualification questionnaire using the supplying the Southwest eSourcing portal that can be accessed at www.supplyingthesouthwest.org.uk. Responses must be received by the deadline in IV.3.4 instructions to express interest:
1. Go to the supplying the Southwest portal: www.supplyingthesouthwest.org.uk;
2. Click opportunities on the left hand side;
3. Click the register free link which is in the top right corner;
4. Complete registration;
5. You will receive an email with your unique details;
6. Login to the portal with the unique username and password;
7. The first time you log on you will be required to change your password;
8. Search and view opportunity;
9. Click register interest (only when you express an interest will the PQQ become available);
10. To view the contract again click my opportunity;
11. Click the stage dropdown and select contract;
12. Click on contract;
13. Click green arrow;
14. Click on the contract;
15. Click on the PQQ tab;
16. Click on the folder icon to view the PQQ;
17. Note the deadline for completion;
18. Respond to the PQQ and submit your response when happy.
For assistance with registration or access please contact our Helpdesk: by tel: +44 1392384659 8:30 – 16:30 hrs. By fax +44 1392384636. By Email: tendersupport@devon.gov.uk.
Contained within the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
Contained within the pre-qualification questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Between 6 and 10 bidders are expected per contract lot. Objective criteria are as stated in the pre-qualification questionnaire.
Section VI: Complementary information
Lot 1.
O Architect – 6 nr.
O Lead consultant (addition to architect duties) – 6 nr.
O Cost manager – 4 nr.
O Service engineer – 4 nr.
O Civil and structural engineer – 4 nr.
O Building surveyor – 4 nr.
O Landscape architect – 4 nr.
Lot 2.
O Architect – 6 nr.
O Lead consultant (addition to architect duties) – 6 nr.
O Cost manager – 4 nr.
O Service engineer – 4 nr.
O Civil and structural engineer – 4 NR.
O Landscape architect – 4 nr.
Lot 3.
O CDM-C – 3 nr.
O Ecology – 3 nr.
Lot 4.
O Planning consultants – 4 nr.
O Valuation and sales – commercial (North) – 3 nr.
O Valuation and sales – rural (North) – 3 nr.
O Valuation and sales – residential (North) – 3 nr.
O Valuation and sales – commercial (South) – 3 nr.
O Valuation and sales – rural (South) – 3 nr.
O Valuation and sales – residential (South) – 3 nr.
The duration referenced in Section II.2.3, is based on a core contract period of 36 months, with subsequent contract extensions available subject to performance and ongoing requirements of the contracting authority up to a period of 12 further months.
Those providers wishing to express interest in this procurement, are invited to attend a bidders open day on Monday 5.12.2011 at the Corn Exchange, Market Place, Devizes, Wiltshire, SN10 1HS, UNITED KINGDOM. The day will be divided in 2 with providers interested in lots 1, 2 and 3 attending from 9:30 to 12:30, and those providers interested in lot 4 attending from 13:30 to 16:30. All information provided at this event will be contained within the pre-qualification questionnaire documentation, but is intended as a means for bidders to seek clarification of the context of this procurement, the scope of the requirement and the process to be followed. Any responses given by the contracting authority either at this event or in response to subsequent queries, will be published on pro-contract.