Saxon Weald Architectural Services Framework
Saxon Weald wish to establish an Architectural Services Framework Agreement to support the delivery of a substantial proportion of their development programme, excluding Section 106 schemes.
United Kingdom-Horsham: Architectural, construction, engineering and inspection services
2016/S 241-439313
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Saxon Weald House, 38-42 Worthing Road
Horsham
RH12 1DT
United Kingdom
Contact person: Stephen Humphreys, Saxon Weald
Telephone: +44 2070606221
E-mail: info@saxonweald.com
NUTS code: UK
Internet address(es):Main address: https://www.saxonweald.com/
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA38290
I.2)Joint procurement
I.3)Communication
16 East Links, Tollgate, Chandlers Ford
Eastleigh
SO53 3TG
United Kingdom
Contact person: MarthaS@rund.co.uk
E-mail: procurement@rund.co.uk
NUTS code: UK
Internet address(es):Main address: www.rund.co.uk
Address of the buyer profile: www.saxonweald.com
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Saxon Weald Architectural Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Saxon Weald wish to establish an Architectural Services Framework Agreement to support the delivery of a substantial proportion of their development programme, excluding Section 106 schemes. Appointments will be let to framework architects for the provision of design services to enable the delivery of new build, refurbishment, conversion, mixed use, mixed tenure, supported & extra care housing schemes and master planning services in rural & urban locations. Appointments under the Framework Agreement shall be for the aggregated or singular of:
A — RIBA Work Stage 0-3
B — RIBA Work Stage 4-7
Successful architects must be able to provide all of the above services, however tenure types will be split into two lots. The proposed Framework Agreement will be in place for a maximum period of 4 years commencing around April/May 2017, however Appointments called-off under the Framework Agreement may, where appropriate, continue beyond the 4 year agreement term, to a maximum of 2 years from expiry.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Residential
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Primarily Sussex with some other activity in wider area of South East England.
II.2.4)Description of the procurement:
The establishment of a framework agreement.
II.2.5)Award criteria
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
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Extra Care and Supported Housing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Primarily Sussex with some other activity in wider area of South East England.
II.2.4)Description of the procurement:
The establishment of a framework agreement.
II.2.5)Award criteria
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
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
As set out in the Selection Questionnaire (SQ) which is available from MYTENDERS portal referred to above.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
As set out in the Selection Questionnaire (SQ) which is available from MYTENDERS portal referred to above.
III.2.2)Contract performance conditions:
As set out in the Selection Questionnaire (SQ) which is available from MYTENDERS portal referred to above.
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.2.3)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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=189333.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.myTenders.org/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:189333).
VI.4.1)Review body
14 Buckingham Street
London
WC2N 6DF
United Kingdom
Telephone: +44 2070606221Internet address:www.rund.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Project Manager and Quantity Surveying Services Contract Cardiff
Valuation Office Agency Property Services Framework
Architectural Consultancy Services Worcester
Architectural Design Team Tender – National Museum of the Royal Navy