Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Place Partnership Limited
WR5 1JR
For the attention of: Kim James
Worcester
United Kingdom
Telephone: +44 7734777326
E-mail: MTJual9hY21oY3M+bmpfYWNuX3BybGNwcWZnbixhbSxzaQ==
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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:
Architectural Consultancy Services — Construction of New Fire and Police Station.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Place Partnership Ltd on behalf of the Hereford and Worcester Fire & Rescue Authority is seeking expressions of interest from architectural practices with proven experience in the design of emergency service projects to act as principle consultant as part of a single co-ordinated project for a new joint purpose Fire, Police Station & Training Facilities project in Hereford.
The anticipated gross internal area is currently circa 6,600 m2 and will additionally include a fire service training facility and parking for both employees and visitors.
II.1.6)Common procurement vocabulary (CPV)
71200000, 71000000, 71210000, 71220000, 71221000
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: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Place Partnership Ltd on behalf of the Hereford and Worcester Fire & Rescue Authority is seeking expressions of interest from architectural practices with proven experience in the design of emergency service projects to act as principle consultant as part of a single co-ordinated project for a new joint purpose Fire, Police Station & Training Facilities project in Hereford.
The anticipated gross internal area is currently circa 6,600 m2 and will additionally include a fire service training facility and parking for both employees and visitors.
The successful candidate for the project will be selected on the basis of financial and economic standing and technical capacity — including a proven track record and the ability to deliver innovative designs. Bids are then evaluated on the ‘most economically advantageous’ basis, including quality systems and fee rates.
Experience of designing within the Emergency Service (Blue Light) Public Estate is essential and practices will be required to provide suitable references and evidence of successful project delivery.
A scored Technical Interview will be undertaken during the Invitation to Tender (ITT) Stage the practice will be required to identify a project manager and selected staff to attend the interview.
The practice will need to:
1. Perform the Services as Designer, Design Leader and Lead Consultant during the Preparation and Design stages.
2. To undertake, manage and include for all costs associated with site investigations necessary to fully understand the project and ensuring discharge of any planning conditions that arise.
3. Manage the works, from inception to completion, with regard to CDM and all other aspects of health & safety legislation.
4. Perform the Services necessary for completion of the Work Stages indicated below and in accordance with the Services Supplement.
5. Engage specialists as necessary to manage and coordinate electrical engineering design and mechanical engineering design, quantity surveyors, CDM co-ordinators, landscape architects, Highways Engineers and all other specialist services necessary to deliver the project.
6. To liaise with client direct specialists (ICT etc.)
7. To liaise with, and manage, construction contractors and mechanical & electrical engineering contractors and all other bodies associated with the delivery of the scheme.
Perform any other Services as identified within the scope of the project.
Estimated value excluding VAT: 15 500 000 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
Duration in months: 40 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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: yes
Description of particular conditions: Description of particular conditions: The contract shall run for 40 months which is up to the end of defects period. It is an essential requirement that all staff engaged on this contract are vetted by the Disclosure and Barring Service (DBS). All costs associated with DBS vetting will be met by the successful contractor. Non-vetted personnel will not be allowed on site. The successful contractor will be expected to have submitted the appropriate number of completed DBS forms prior to the start date of the contract. All staff employed on the project will require Non Police Personnel Vetting (NPPV) Level 2. These checks will be carried out by the Vetting Unit at Warwickshire Police. There is no associated cost to the contractor for this.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Scoring of PQQ — Quality Section only.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. PQQ Quality Questions. Weighting 100
2. ITT Financial Return. Weighting 70
3. ITT Technical Review. Weighting 30
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:
30102893
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.1.2017 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.1.2017 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.2.2017
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
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
Contractors wishing to be considered for inclusion in the tender process must first complete and return a Pre-Qualification Questionnaire by the date and time in para IV.3.4) The Questionnaire and supporting documentation can be obtained from Place Partnership Limited. All requests must be made via e-mail to MjE0Yl5TVVdhXFdnMmJeU1VXYlNkZmBXZGVaW2IgVWEgZ10=. The information in the Questionnaire shall form the basis for the selection of service providers to be invited to tender.
Vetting
It is an essential requirement that all staff engaged on this contract are vetted by the Disclosure and Barring Service (DBS). All costs associated with DBS vetting will be met by the successful contractor. All staff employed on the project will require Non Police Personnel Vetting (NPPV) Level 2. These checks will be carried out by the Vetting Unit at Warwickshire Police. There is no associated cost to the contractor for this. Non-vetted personnel will not be allowed on any site. The successful contractor will be expected to have submitted the appropriate number of completed DBS forms prior to the start date of the contract.
The contract shall run for 40 months. Conforming tenders to be submitted. Thereafter, variants may be offered but the contracting authority does not bind itself to accept any variants. The contracting authority reserves the right not to award a contract or to award any option(s) it so wishes. Contractors selected to submit a tender should not assume that their selection implies any recognition or acceptance of their suitability to undertake the contract. In the event of the tender response being inadequate, in either the number of bids received or the quality of bids received, the contracting authority will move automatically to the negotiated procedure without a further notice. Place Partnership Limited reserves the right to cancel this procurement at any stage and not to award a contract. 1 Consultancy Practice will be awarded the contract.
Membership RIBA and RICS is deemed appropriate to fulfil the requirements of the contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
Strand
WC2A 2LL London
United Kingdom
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:
5.12.2016