Contract notice

Information

Published

Date of dispatch of this notice: 08/05/2015

Expire date: 10/06/2015

External Reference: 2015-160842

TED Reference: 2015/S 092-165658

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

West Midlands Fire and Rescue Authority
VAT No. 281 2856 47
99 Vauxhall Road, Nechells
B4 7HW  Birmingham
UK
For the attention of: Procurement
Telephone: +44 1213806166
E-mail: procurement@wmfs.net
Internet address(es):
General address of the contracting authority: http://www.wmfs.net
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/34952
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12310&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12310&B=BLUELIGHT
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 agency/office
I.3)

Main activity

  • General public services
  • Public order and safety
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:

PRINCIPAL DESIGNER SERVICES TO DEMOLISH AND REBUILD COVENTRY FIRE STATION

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:

    Coventry

    NUTS code
    Coventry
    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 services to be provided will be based generally on the RIBA Standard Form

    of Agreement for the Appointment of an Architect (SFA/99), updated April 2013,

    subject to the amendments in the Schedule of Services. Bidders will need to

    include in their offer (by way of inclusive lump sum fees) for the following

    services:-

    • Produce scheme layout plans and elevations ready for client approval

    • Finalise schemes and produce 3D CGI style images of proposals

    • Produce Design and Access Statements ready for Planning Application

    • Produce Traffic Statement for Planning Application

    • Produce Noise Impact Assessment for Planning Application

    • Submit Planning Application for approval (excluding such fees to Local

    Authorities etc. which will be funded directly by the Fire Authority when required)

    • CDM Principal Designer (covering duties as detailed in the Construction,

    Design and Management Regulations 2015 and in accordance with the Schedule

    of Services and Fees as amended (PS/99))

    • Structural Engineer – (Nominated) J Turner & Associates Ltd – Antony

    Bartlam

    • Mechanical Engineer

    • Electrical Engineer

    • Party Wall Surveyor

    • Quantity Surveyor

    • Landscape Architect

    • Clerk of Works

    • BREEAM Consultant

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    Supplementary vocabulary
    71000000   Architectural, construction, engineering and inspection services
    71210000   Advisory architectural services
    71220000   Architectural design services
    71221000   Architectural services for buildings
    71240000   Architectural, engineering and planning services
    71250000   Architectural, engineering and surveying services
    71251000   Architectural and building-surveying services
    71312000   Structural engineering consultancy services
    71315200   Building consultancy services
    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 Authority is working towards best practice under Local Agenda 21 ‘A Sustainable Environment’ to achieve a more sustainable approach to the design, choice of materials and operation of its building stock. Tenderers will be required to demonstrate how this policy may be implemented within the agreed contract price. There is a requirement for BREEAM certification for this project.

    The services to be provided will be based generally on the RIBA Standard Form of Agreement for the Appointment of an Architect (SFA/99), updated April 2013, subject to the amendments in the Schedule of Services and fees attached. Bidders will need to include in their offer (by way of inclusive lump sum fees) for the following services:-

    • Produce scheme layout plans and elevations ready for client approval

    • Finalise schemes and produce 3D CGI style images of proposals

    • Produce Design and Access Statements ready for Planning Application

    • Produce Traffic Statement for Planning Application

    • Produce Noise Impact Assessment for Planning Application

    • Submit Planning Application for approval (excluding such fees to Local Authorities etc. which will be funded directly by the Fire Authority when required)

    • CDM Principal Designer (covering duties as detailed in the Construction, Design and Management Regulations 2015 and in accordance with the Schedule of Services and Fees as amended (PS/99))

    • Structural Engineer – (Nominated) J Turner & Associates Ltd – Antony Bartlam

    • Mechanical Engineer

    • Electrical Engineer

    • Party Wall Surveyor

    • Quantity Surveyor

    • Landscape Architect

    • Clerk of Works

    • BREEAM Consultant

    Please note that all costs and fees associated with the above will be deemed to be included within the Tenderer’s fee proposal unless explicitly excluded.

    It will be open for Tenderers to seek any other advice that may be require from any other professions, but the cost of any such advice will be deemed to be included in the fee offer.

    Further details are contained on the Specification

    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:

    Contained within the tender documents

    III.1.2)

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

    Contained within the tender documents

    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:

    Contained within the tender documents

    III.2.2)

    Economic and financial ability

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

    Contained within the tender documents

    Minimum level(s) of standards possibly required:

    £1200000 turnover required

    III.2.3)

    Technical capacity

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

    Contained within the tender documents

    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

    C001963

    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

    10.06.2015 - 16:00
    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]: 090 (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.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:

    West Midlands Fire and Rescue Authority will incorporate a standstill period at the point information on the award of the contract is communicated to the tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 days, provides time for unsuccessful tendered to challenge the award decision before the contract is entered into.

    VI.4.3)

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