United Kingdom-Coventry: Architectural, construction, tender
United Kingdom-Coventry: Architectural, construction, tender
Official EU reference: 339020-2013
Procurer reference: PROJECT – 00000808
Published on: 09/10/2013
Deadline date:04/11/2013
Location where the contract is to be carried out: Coventry
Name of the buying organisation: COVENTRY CITY COUNCIL
Summary of the contract
COV – 2 Form Entry New Build Primary School Coventry – Consultant
Appointment.
The commission is for the appointment of an architect-lead design team to
provide contract management of the proposed building replacement of a 1
form entry to a 2 form entry primary school in Coventry. The School will
be increased in size from 1FE (210 place) to 2FE (420 place), including a
26 place Nursery as part of Coventry City Councils Increasing Pupil Places
Programme 2015. The school places are required from September 2015 with
building works being completed by July 2015.
The scope of the design team must be as the following list:
Architect
Landscape Architects
Civil/Structural Engineer
Mechanical Engineer
Electrical Engineer
Acoustic Engineer
Project Manager
Cost Consultant / Quantity Surveyor
CDM Coordinator
Estimated construction value GBP 4.1m
CPV: 71000000, 71220000, 71324000, 71300000, 71500000.
Full contract details
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Coventry City Council
Council House, Earl Street
For the attention of: David Mitchell
CV1 5RS Coventry
UNITED KINGDOM
Telephone: +44 2476832655
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: www.coventry.gov.uk
Address of the buyer profile: www.csw-jets.co.uk
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Regional or local authority
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
COV – 2 Form Entry New Build Primary School Coventry – Consultant
Appointment.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 12: Architectural services; engineering services and
integrated engineering services; urban planning and landscape engineering
services; related scientific and technical consulting services; technical
testing and analysis services
NUTS code UKG33
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
The commission is for the appointment of an architect-lead design team to
provide contract management of the proposed building replacement of a 1
form entry to a 2 form entry primary school in Coventry. The School will
be increased in size from 1FE (210 place) to 2FE (420 place), including a
26 place Nursery as part of Coventry City Councils Increasing Pupil Places
Programme 2015. The school places are required from September 2015 with
building works being completed by July 2015.
The scope of the design team must be as the following list:
Architect
Landscape Architects
Civil/Structural Engineer
Mechanical Engineer
Electrical Engineer
Acoustic Engineer
Project Manager
Cost Consultant / Quantity Surveyor
CDM Coordinator
Estimated construction value GBP 4.1m
II.1.6) Common procurement vocabulary (CPV)
71000000, 71220000, 71324000, 71300000, 71500000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The contract is for the replacement of primary school in Coventry
increasing from 1FE to 2FE as part of the Increasing Pupil Places
Programme 2015.
Estimated value excluding VAT: 370 000 GBP
II.2.2) Information about options
Options: no
II.3) Duration of the contract or time limit for completion
Duration in months: 20 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Not to exceed order value. Payments are to be made in accordance with RIBA
Outline Plan of Work 2007 at agreed stages.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: Refer to Part 5: Section 2 of the pre-qualification questionaire.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (If applicable)
(a) appropriate statements from banks or, where appropriate, evidence of
relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established;
(c) a statement of the undertaking”s overall turnover and, where
appropriate, of turnover in the area covered by the contract for a maximum
of the last 3 financial years available, depending on the date on which
the undertaking was set up or the economic operator started trading, as
far as the information on these turnovers is available.
Refer to Part 5: Section 3 of the Pre-Qualification Questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Refer to Part 5:Section 4 of the pre-qualification questionaire.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Refer to
part 4: evaluation approach and supplier selection of the
pre-qualification questionaire.
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
PROJECT – 00000808
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 4.11.2013 – 11:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
4.11.2013
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
14.11.2013
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
The contracting authority considers that this contract may be suitable for
economic operators that are small or medium enterprises (SMEs). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of the
most economically advantageous tender. GO Reference:
GO-2012530-PRO-3959415.
VI.5) Date of dispatch of this notice:
4.10.2013
Classification of the contract
71000000 Architectural, construction, engineering and inspection services
71220000 Architectural design services
71324000 Quantity surveying services
71300000 Engineering services
71500000 Construction-related services