loading
  • GB-SO23 9LJ Winchester
  • 08/2017
  • Ergebnis
  • (ID 2-260522)

Contract for Architectural and Ancillary Services for Station Approach Winchester


 
  • Projektdaten

    maximieren

    Entscheidung 30.08.2017 Entscheidung
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Tatsächliche Teilnehmer: 5
    Gebäudetyp Städtebauliche Projekte / Verkehr
    Art der Leistung Objektplanung Gebäude / Objektplanung Freianlagen / allgemeine Beratungsleistungen / Technische Ausrüstung / Objektplanung Verkehrsanlagen / Stadt-/ Gebietsplanung
    Sprache Englisch
    Aufgabe
    The Contracting Authority is seeking to commission a design team to provide architectural design and ancillary services (with the exception of cost consultants transport consultants and quantity surveyors who will be appointed separately by the Contracting Authority) for a commercially viable and mixed use development of office space with supporting residential and small scale retail uses including necessary parking provisions including a strategy for public realm improvements and proposals for disposition of uses across 2 sites in the ownership of the Contracting Authority known respectively as ‘the Carfax Site’ and ‘the Cattlemarket’. It is intended that the Services to be secured will be carried out in Phases as set out in II. 2.11) below with gateways at the end of each Phase with the Contracting Authority exercising the right at its sole discretion whether or not to proceed to the next Phase.
    Leistungsumfang
    The successful Applicant and their team will be required to work with the Contracting Authority and its other technical and professional advisors to produce designs considering sustainability as an important factor in project design construction and future operations. Building solutions will need to achieve BREEAM excellent standard as minimum. Bream outstanding is Contracting Authority's aspiration. It will be crucial that any design is practical for a construction point of view and commercially viable in terms of attracting rents and income to cover cost of construction. Total fees for the successful Applicant and their team are estimated at 3 000 000 GBP excluding VAT on the basis that the Contracting Authority decided to exercise all of the options specified in II.2.11) below and on the assumption of an notional construction cost of 52 000 000 GBP.
    Adresse des Bauherren UK-SO23 9LJ Winchester
    TED Dokumenten-Nr. 118297-2017
      Ergebnis anzeigen

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Winchester: Architectural design services

      2017/S 063-118297

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Winchester City Council Contract for Architectural Services at Station Approach Winchester
      Winchester
      SO23 9LJ
      United Kingdom
      Contact person: Email only, must quote ‘Winchester, Station Approach Procurement’ in the subject header
      E-mail: MTZsY1xbOmxjXFtdaWdqX25jbmNpaG0oaWxh
      NUTS code: UKJ3

      Internet address(es):

      Main address: https://www.gov.uk/contracts-finder

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.gov.uk/contracts-finder
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://ribacompetitions.wufoo.eu/forms/station-approach-winchester/
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Contract for Architectural and Ancillary Services for Station Approach Winchester.

       

      II.1.2)Main CPV code
      71220000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Contracting Authority is seeking to commission a design team to provide architectural design and ancillary services (with the exception of cost consultants transport consultants and quantity surveyors who will be appointed separately by the Contracting Authority) for a commercially viable and mixed use development of office space with supporting residential and small scale retail uses including necessary parking provisions including a strategy for public realm improvements and proposals for disposition of uses across 2 sites in the ownership of the Contracting Authority known respectively as ‘the Carfax Site’ and ‘the Cattlemarket’. It is intended that the Services to be secured will be carried out in Phases as set out in II. 2.11) below with gateways at the end of each Phase with the Contracting Authority exercising the right at its sole discretion whether or not to proceed to the next Phase.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71221000
      71222000
      71241000
      71242000
      71245000
      71247000
      71251000
      71248000
      71311000
      71334000
      71400000
      71312000
      II.2.3)Place of performance
      NUTS code: UKJ33
      Main site or place of performance:

       

      Winchester Hampshire.

       

      II.2.4)Description of the procurement:

       

      The successful Applicant and their team will be required to work with the Contracting Authority and its other technical and professional advisors to produce designs considering sustainability as an important factor in project design construction and future operations. Building solutions will need to achieve BREEAM excellent standard as minimum. Bream outstanding is Contracting Authority's aspiration. It will be crucial that any design is practical for a construction point of view and commercially viable in terms of attracting rents and income to cover cost of construction. Total fees for the successful Applicant and their team are estimated at 3 000 000 GBP excluding VAT on the basis that the Contracting Authority decided to exercise all of the options specified in II.2.11) below and on the assumption of an notional construction cost of 52 000 000 GBP.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 27/07/2017
      End: 31/07/2020
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      Please refer to Standard Selection Questionnaire.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      It is envisaged that the Development will be taken forward in phases with gateways at the end of each phase with the Contracting Authority exercising the right at its sole discretion at the end of each Phase as to whether or not it wishes to instruct the successful Applicant in respect of the next phase: The successful Applicant will be appointed initially in respect of Phase 1 only. The phases are as follows:

      — Phase 1: Disposition of uses across the Carfax and Cattlemarket sites, a strategy for improvements to the public realm, and a proposal for ‘Concept Design’ for the Carfax site (RIBA Stages 0 -2);

      — Phase 2: Develop the design to planning stage (RIBA Stage 3);

      — Phase 3: Technical Design (RIBA Stage 4);

      — Phase 4: Construction (RIBA Stage 5) — option to novate or retain depending on chosen route for procurement;

      — Phase 5: Handover and Close Out (RIBA Stage 6);

      — Phase 6: In Use (RIBA Stage 7).

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      All shortlisted Applicants will be required to attend an Interview for clarification and moderation as part of the tender process. All those who attend the interview will receive an honorarium of 3 000 GBP plus VAT. There are minimum requirements for participation in this procurement as specified in the procurement documents.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      The lead firm of Architects are required to be registered with the Architects Registration Board or European equivalent.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As set out in the procurement documents which are available to download. The Contracting Authority will be using the NEC Form of Professional Services Appointment ( NEC 3) subject to amendments as the Contracting Authority reasonably deems necessary. No material amendments will be permitted.

       

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 02/05/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 22/05/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      All interested applicants who wish to express an interest in this procurement must first register with the RIBA by completing the form available at https://ribacompetitions.wufoo.eu/forms/station-approach-winchester/ They will then be issued with a unique link which must be used to submit the standard selection questionnaire. Applicants should ensure that they register at least 48 hours before the deadline for submission of expressions of interest in order that the link may be issued.

      The Council has elected not to divide this procurement into Lots in order to obtain a more economically advantageous outcome by appointing a single service provider to provide the Services. The Council reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award the contract for part of the Services at its sole discretion. For the avoidance of doubt all costs incurred by any applicant and/or tenderer before signature of any appointment with the Council shall be incurred entirely at that applicant's or tenderer's risk.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England and Wales
      Royal Courts of Justice, The Strand
      London
      WC1A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      High Court of England and Wales
      Royal Courts of Justice The Strand
      London
      WC1A 2LL
      United Kingdom
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Council will observe a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers before entering into the contract. That notification will provide the information required by Regulation 86 about the award decision.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Crown Commercial Service
      125 Kingsgate
      London
      WC2B 6NH
      United Kingdom
      VI.5)Date of dispatch of this notice:
      28/03/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 30.03.2017
Ergebnis veröffentlicht 04.09.2017
Zuletzt aktualisiert 04.09.2017
Wettbewerbs-ID 2-260522 Status Kostenpflichtig
Seitenaufrufe 102