Contract notice

Information

Published

Date of dispatch of this notice: 02/04/2015

Expire date: 13/05/2015

External Reference: 2015-619975

TED Reference: 2015/S 067-120026

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Brighton & Hove City Council
n/a
King's House, Grand Avenue
BN3 2SR  Hove
UK
For the attention of: Neil Robb
Telephone: +44 1273290000
E-mail: neil.robb@brighton-hove.gov.uk
Fax: +44 1273291297
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/9495
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11928&B=BRIGHTON-HOVE
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11928&B=BRIGHTON-HOVE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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:

Royal Pavilion Estate Capital Redevelopment Project: Phase 1

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  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
    Main site or location of works, place of delivery or of performance:

    Hove

    NUTS code
    Brighton and Hove
    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)

    RIBA Stage 4 to Stage 7 to appoint exceptional architects to work with our project

    team to implement the Phase 1 design solution to reconfigure a variety of Grade I

    and II listed spaces within Brighton Dome to help achieve the charity‘s artistic

    vision and ensure the long term sustainability of the venue.

    Brighton & Hove embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. Brighton & Hove will actively promote sustainable and ethical procurement throughout its supply chain and welcomes applications from suppliers committed to reducing the effects of its operations and service delivery at a local and global level.

    Further details as to the application of sustainable and ethical procurement to this project may be set out in the prequalification and tender documents.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71220000   Architectural design services
    Supplementary vocabulary
    71210000   Advisory architectural services
    71221000   Architectural services for buildings
    71222000   Architectural services for outdoor areas
    71222100   Urban areas mapping services
    71223000   Architectural services for building extensions
    71242000   Project and design preparation, estimation of costs
    71243000   Draft plans (systems and integration)
    71244000   Calculation of costs, monitoring of costs
    71245000   Approval plans, working drawings and specifications
    71246000   Determining and listing of quantities in construction
    71247000   Supervision of building work
    71248000   Supervision of project and documentation
    71250000   Architectural, engineering and surveying services
    71251000   Architectural and building-surveying services
    71530000   Construction consultancy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    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:

    Brighton & Hove City Council and Brighton Dome & Brighton Festival (BD&BF) have embarked on a major remodelling project to revitalise the Royal Pavilion Estate (RPE) and secure its long term financial viability.

    The capital works are being phased across the RPE and Phase 1 involves works to Brighton Dome.

    The council now want to appoint exceptional architects to work with our project team to implement the Phase 1 design solution to reconfigure a variety of Grade I and II listed spaces within Brighton Dome to help achieve the charity‘s artistic vision and ensure the long term sustainability of the venue.

    BD&BF has a long term lease on the buildings, while the council has the freehold.

    Tenders are therefore invited by the council from architect-led design teams for works from RIBA Stage 4 to 7 for a new phase of capital development which aims to create a world class arts and cultural centre at the heart of Brighton’s Cultural Quarter.

    The contract will support the re-development project phase and will run from June 2015 to September 2018 (3 years) because of the complexity of the project an extension of periods up to a further 24 months will be available giving a possible total term of 3+2 years.

    Estimated cost excluding VAT
    Range: between  700000  and 1100000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Details of any deposits and bonds required by the Contracting Authority will be set out in the Tender Documents.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Details of main terms and conditions of financing and payment required will be set out in the Tender Documents.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    To be included within the Invitation to Tender

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Suppliers may be asked to actively participate in the achievement of economic, social and environmental objectives relating to the Council‘s duties under the Public Services (Social Value) Act 2012. Accordingly, contract performance conditions may relate to such considerations.

    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:

    Information and formalities necessary for evaluating if requirements are met:

    All applicants will be asked to complete the invitation to tender (ITT),where all requirements will be detailed. Expressions of interest must be by completed ITT - obtained from the Council’s eSourcing platform: https://uk.eu-supply.com/login.asp?B=BRIGHTON-HOVE

    Interested companies should search for opportunities against Brighton and Hove City Council. Pre-qualification Questionnaires should be uploaded to the eSourcing Platform EU supply by the date stipulated in IV.3.4

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met:

    All applicants will be asked to complete the invitation to tender (ITT),where all requirements will be detailed. Expressions of interest must be by completed ITT - obtained from the Council’s eSourcing platform: https://uk.eu-supply.com/login.asp?B=BRIGHTON-HOVE

    Interested companies should search for opportunities against Brighton and Hove City Council. Pre-qualification Questionnaires should be uploaded to the eSourcing Platform EU supply by the date stipulated in IV.3.4

    Minimum level(s) of standards possibly required:

    As set out in the ITT

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met:

    All applicants will be asked to complete the invitation to tender (ITT),where all requirements will be detailed. Expressions of interest must be by completed ITT - obtained from the Council’s eSourcing platform: https://uk.eu-supply.com/login.asp?B=BRIGHTON-HOVE

    Interested companies should search for opportunities against Brighton and Hove City Council. Pre-qualification Questionnaires should be uploaded to the eSourcing Platform EU supply by the date stipulated in IV.3.4

    Minimum level(s) of standards possibly required:

    Information and formalities necessary for evaluating if requirements are met:

    All applicants will be asked to complete the invitation to tender (ITT),where all requirements will be detailed. Expressions of interest must be by completed ITT - obtained from the Council’s eSourcing platform: https://uk.eu-supply.com/login.asp?B=BRIGHTON-HOVE

    Interested companies should search for opportunities against Brighton and Hove City Council. Pre-qualification Questionnaires should be uploaded to the eSourcing Platform EU supply by the date stipulated in IV.3.4

    [However, suppliers should note that any timber or wood derived products supplied in the delivery of this contract must be either;

    • from independently verifiable legal and sustainable or FLEGT licensed or equivalent sources, or

    • recycled timber or wood derived products]

    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    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

    4EV475-RPE

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    13.05.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 180 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    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:

    Brighton & Hove embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. Brighton & Hove will actively promote sustainable and ethical procurement throughout its supply chain and welcomes applications from suppliers committed to reducing the effects of its operations and service delivery at a local and global level.

    Further details as to the application of sustainable and ethical procurement to this project may be set out in the prequalification and tender documents

    Please note that this contract will have the option to be extended for periods up to 24 months after the initial term of 3 years to give a 3+2 year term.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The council will incorporate a 10 day standstill period at the point of notification of award of the Contract to bidders. If an appeal to the award of the Framework Agreement has not been satisfactorily resolved the Public Contracts Regulations 2006 provide for the aggrieved party to take action in the High Court.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained