Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
www.CapitaleSourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:
Civil and Structural Engineer — Centre for Music.
II.1.2)Main CPV code
71322000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Barbican Centre, London Symphony Orchestra (‘LSO’) and Guildhall School of Music & Drama (‘GSMD’), are working in partnership to develop plans, funded by the City of London Corporation, for a new Centre for Music in the City of London. The Barbican Centre, LSO and GSMD wish (through the City of London Corporation) to procure the services of an Civil and Structural Engineer as an integral part of a design team for the Centre for Music and to progress its capital project to project completion. The Centre for Music will be a state-of-the-art, outstanding building with a world-class concert hall, education, training and digital spaces, excellent facilities for audiences and performers, and supporting commercial areas.
Other disciplines will be procured individually as detailed within the associated SQ and Tender documents available at www.capitalesourcing.com webpage.
II.1.5)Estimated total value
Value excluding VAT: 4 000 000.00 GBP
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)
71310000
71320000
71317210
71322000
71313000
71312000
71311000
71300000
71315200
II.2.3)Place of performance
NUTS code: UKI
Main site or place of performance:
II.2.4)Description of the procurement:
Major Capital Construction Project.
The Architect/Lead Designer, Civil and Structural Engineer, Building Services Engineer, Acoustic Consultant and Theatre Consultant will be procured independently. The initial appointment will be for concept design to support the business case for the Centre for Music with provision to instruct further RIBA design stages.
The scope of service for the Civil and Structural Engineer will include geotechnical engineering and Traffic Engineering. If there is no capability in house these should be included as sub consultants.
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
Value excluding VAT: 4 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 115
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates as stated in the procurement documents.
Total estimated value excluding VAT: 4 000 000 GBP Maximum budget for the concept design developed sufficiently to support and inform the business case is 75 000 GBP.
Duration in months: estimated at 115 months plus 36 months soft landings. The contract length is dependent on the time table for the availability of the site.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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
List and brief description of conditions:
In accordance with Articles 57 and 58 of the Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contracts Regulations 2015 and as set out in the SQ.
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
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:
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: 14/06/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 27/06/2017
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: 4 (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:
With reference to section IV.3.4) requests to participate must be made by completion of a SQ. The SQ is available from the contact point in section I.1) and from the URL as follows: www.capitalEsourcing.com
The contracting authority reserves the right to discontinue the procurement process at any time which shall include the right not to award contract/s and does not bind itself to accept the lowest tender, or any tender received and reserves the right to award contract/s in part, or to call for new tenders should it consider this necessary.
The contracting authority shall not be liable for any costs or expenses incurred by any candidate in connection with the completion and return of the information requested in this Contract Notice, or in participating in this procurement process, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these.
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:
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a standstill period from the date when information on the award of the contract/s is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Part 3 of the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England and Wales). Any such action must be brought within the applicable limitation periods.
VI.4.4)Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:
10/05/2017