Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
I.3)Communication
Additional information can be obtained from 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:
Cheshire Archives and Local Studies.
Reference number: DN307359
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
Cheshire Archives and Local Studies: Appointment of Design Team for proposed new History Centres in Chester and Crewe.
II.1.5)Estimated total value
Value excluding VAT: 14 050 000.00 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)
II.2.3)Place of performance
NUTS code: UKD6
II.2.4)Description of the procurement:
Cheshire Archives and Local Studies identifies, collects and cares for archives and publications that are the evidence of Cheshire's communities lives past and present. We deliver access for all of our collections for information, learning and enjoyment to make sure archives survive so that future generations will be able to do the same.
Cheshire Archives and Local Studies is headquartered at the Cheshire Record Office in Chester, where it has been based since 1985. The building is no longer fit-for-purpose as storage conditions and space do not meet current standards and accommodation for staff, volunteers and public falls below current expectations. Increasingly its suitability is being questioned on health and safety grounds.
Elected members in both authorities have approved the development of a delivery model for the service which sees two new History Centres being developed as bases for the service. One will be a ‘headquarters’ building in Chester and the second facility will be in Crewe.
The Councils are therefore seeking a range of consultancy services to support the preparation of this application, namely:
— Activity Planning,
— Interpretation and Exhibition,
— Business Planning,
— External bid writing support,
— A Design Team.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 65 %
Price - Weighting: 35 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/02/2018
End: 31/01/2024
This contract is subject to renewal: no
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
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
III.1.3)Technical and professional ability
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 tender documents.
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
Open 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: no
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: 08/01/2018
Local time: 10:00
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:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 08/01/2018
Local time: 10:00
Place:
This contract is being procured using an e-tendering system called ‘The Chest’. If you are not currently registered you must first register at www.The-Chest.org.uk
All bids MUST be submitted via The Chest, no manual submissions will be accepted.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
This contract is being procured using an e-tendering system called ‘The Chest’. If you are not currently registered you must first register at www.The Chest.org.uk
You will be able to search current opportunities via the ‘Organisation’ drop down menu for Cheshire West and Chester tenders. Select the particular opportunity from the list and register interest; you will then be able to find further information by accessing the tender documentation. The closing date for receipt of tender via The Chest is 10:00, 8.1.2018
No manual submissions will be allowed.
Please do not call the Procurement Department to find out initial details of this opportunity - all instructions and details of this opportunity will be found in the tender pack once you have accessed it. Any clarification questions MUST be raised via The Chest in the messages section.
Any notifications regarding the opportunity will be raised via The Chest. It is your responsibility to be aware of any updates.
VI.4)Procedures for review
VI.4.1)Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended) (the regulations) the Council shall operate a standstill period of no less than 10 days between notifying contractors of its intention to award the contract and the award of the contract.
Any appeal during this period shall be addressed to:
The Head of Governance, Cheshire West and Chester Borough Council, HQ. 58 Nicholas Street, Chester, CH1 2NP, United Kingdom.
If the appeal is not successfully resolved contractors may commence legal action for breach of duty in the High Court in accordance with regulation 47, within 3 months of the date when grounds for starting proceedings first arose.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/11/2017