loading
  • GB-RG21 4AH Basingstoke
  • 20.12.2018
  • Ausschreibung
  • (ID 2-316697)

The Appointment of a Lead Design Consultant and Design Team for the Re-Development of Plot J (Norden House), Basing View, Basingstoke, RG21 4HG


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.12.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Büro-, Verwaltungsbauten
    Art der Leistung Objektplanung Gebäude / Objektplanung Verkehrsanlagen / Technische Ausrüstung / Kostenmanagement / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    Basingstoke and Deane Borough Council (“the Council”) is seeking to appoint a lead consultant who will provide a multi-disciple professional team to provide design, project delivery support and advice for the redevelopment of Plot J (Norden House) site, located at Basing View, Basingstoke RG21 4HG.
    Leistungsumfang
    The Council recently purchased the 2 storey offices, which are currently multi-let to a number of SME’s, with the express purpose of redevelopment on this important gateway site into a Grade A office provision, and now wishes to appoint a lead consultant who will provide a multi-disciple professional team to provide design, project delivery support and advice on preparing the site named above for future development. The purpose of the appointment is to design an appropriate office scheme to maximise the development potential of the site, together with appropriate car parking provision for an important gateway site facing onto Basing View. It is anticipated that the consultancy team will include but not be limited to the following services:
    (a) Architectural and Design;
    (b) Planning Consultant;
    (c) QS, Cost Consultant and potentially an Employers Agent;
    (d) Highways and Transportation Consultant;
    (e) M+E Consultant.
    The contract will be based on the RIBA Standard Agreement 2010: Schedules (2012 revision – RIBA Plan of Work, 2013 compatible version) and will include RIBA Work Stages 1 to 7 inclusive. The project programme includes formal client approval stages, in line with the RIBA Work Stages, which will only be varied with written agreement. The client will also retain the option to invoke project breaks at the completion of stage 3 (granting of reserved matters planning) and stage 4 (completion of full main contractor tendering). The OJEU notice states the contract length will be for a period of 3 years however due to the inclusion of project breaks as stated above the contract period may vary from between I year to up to approximately 5 years
    Adresse des Bauherren UK-RG21 4AH Basingstoke
    TED Dokumenten-Nr. 434258-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Basingstoke: Architectural design services

      2018/S 192-434258

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Basingstoke and Deane Borough Council
      Civic Offices, London Road
      Basingstoke
      RG21 4AH
      United Kingdom
      Contact person: Julie Mahoney
      Telephone: +44 1256845726
      E-mail: MTZEb2ZjXyhHW2JpaF9zOlxbbWNoYW1uaWVfKGFpcChvZQ==
      Fax: +44 1256845200
      NUTS code: UKJ3

      Internet address(es):

      Main address: www.basingstoke.gov.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://sebp.due-north.com/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://sebp.due-north.com/
      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:

      The Appointment of a Lead Design Consultant and Design Team for the Re-Development of Plot J (Norden House), Basing View, Basingstoke, RG21 4HG

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

      Basingstoke and Deane Borough Council (“the Council”) is seeking to appoint a lead consultant who will provide a multi-disciple professional team to provide design, project delivery support and advice for the redevelopment of Plot J (Norden House) site, located at Basing View, Basingstoke RG21 4HG.

      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)
      79415200
      71324000
      71240000
      71311220
      71321000
      71334000
      II.2.3)Place of performance
      NUTS code: UKJ3
      Main site or place of performance:

      Basingstoke

      II.2.4)Description of the procurement:

      The Council recently purchased the 2 storey offices, which are currently multi-let to a number of SME’s, with the express purpose of redevelopment on this important gateway site into a Grade A office provision, and now wishes to appoint a lead consultant who will provide a multi-disciple professional team to provide design, project delivery support and advice on preparing the site named above for future development. The purpose of the appointment is to design an appropriate office scheme to maximise the development potential of the site, together with appropriate car parking provision for an important gateway site facing onto Basing View. It is anticipated that the consultancy team will include but not be limited to the following services:

      (a) Architectural and Design;

      (b) Planning Consultant;

      (c) QS, Cost Consultant and potentially an Employers Agent;

      (d) Highways and Transportation Consultant;

      (e) M+E Consultant.

      The contract will be based on the RIBA Standard Agreement 2010: Schedules (2012 revision – RIBA Plan of Work, 2013 compatible version) and will include RIBA Work Stages 1 to 7 inclusive. The project programme includes formal client approval stages, in line with the RIBA Work Stages, which will only be varied with written agreement. The client will also retain the option to invoke project breaks at the completion of stage 3 (granting of reserved matters planning) and stage 4 (completion of full main contractor tendering). The OJEU notice states the contract length will be for a period of 3 years however due to the inclusion of project breaks as stated above the contract period may vary from between I year to up to approximately 5 years

      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
      Duration in months: 36
      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
      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

      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: 20/12/2018
      Local time: 12:00
      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

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

      For more information about this opportunity, please access the ProContract system at http://sebp.due-north.com. Bidders must lodge their submissions by the time and date specified in IV.2.2 above. The authority will evaluate tender submissions in accordance with the methodology set out in the procurement documents. The authority reserves the right not to award the contract, to cancel or amend the procurement process and does not bind itself to accept any tender. The authority shall not be liable under any circumstances for any costs, charges or expenses incurred by any Bidder or prospective Bidder who participates in this procurement process and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed. Bidders are advised that the authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Impact Regulations 2004(EIR). If a Bidder considers that any of the information supplied as part of this procurement process should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The authority shall take such statements into consideration in the event that it receives a request pursuant to FOIA and/or the EIR which relates to the information provided to the interested party. However, if the information is requested the authority may be forced to disclose such documentation, irrespective of a Bidder's wishes. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response. Bidders are advised that pursuant to the Local Government Transparency Code, local authorities are also required to publish details of certain contracts, commissioned activities, purchase orders, framework agreements and any other legally enforceable agreements. The authority is also subject to the reporting requirements set out in Regulations 83 and 84 of the Public Contracts Regulations 2015. The authority reserves the right to publish details as required pursuant to the Local Government Transparency Code and the Public Contracts Regulations 2015.

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England and Wales
      Royal Courts of Justice, Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079477882

      Internet address: www.justice.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      02/10/2018
    © 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 05.10.2018
Zuletzt aktualisiert 05.10.2018
Wettbewerbs-ID 2-316697 Status Kostenpflichtig
Seitenaufrufe 37