Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.eastmidstenders.org
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:
Procurement of Architectural Design Services for Alfreton Park Community Special School
Reference number: CP2853
II.1.2)Main CPV code
71000000 - FG25
II.1.3)Type of contract
Services
II.1.4)Short description:
Derbyshire County Council is inviting tenders and seeking an architectural with proven experience of designing special educational needs school buildings for architectural design services at Alfreton Park Community Special School.
II.1.5)Estimated total value
Value excluding VAT: 300 000.00 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)
71200000 - FG25
71221000 - FG25
71242000 - FG25
71245000 - FG25
71240000 - FG25
II.2.3)Place of performance
NUTS code: UKF1
Main site or place of performance:
Alfreton Park Community special school, Wingfield Road, Alfreton, Derbyshire DE55 7AL.
II.2.4)Description of the procurement:
Restricted process for procurement of architectural services.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical Questions Assessment / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Presentation / Weighting: 40
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2018
End: 31/05/2023
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
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
List and brief description of conditions:
As detailed within tender documentation.
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 detailed within tender documentation.
III.2.3)Information about staff responsible for the performance of 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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 23/03/2018
Local time: 11:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 09/04/2018
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Derbyshire County Council will operate a minimum of 10 calendar days standstill period at the point of information on the award of the contract is communicated to the relevant economic operators.
Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2006 (as amended) (the regulations) such information should be requested from the addressee in section 1.1 if an appeal regarding the award of the contract has not been successfully resolved the regulations provide for aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the regulations, to take action in the High Court (England, Wales and Northern Ireland) Any such action must be brought promptly (generally within 3 months).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/02/2018