UK-Southend-on-Sea: Architectural, construction, engineering and inspection services.

UK-Southend-on-Sea: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
I.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Southend-on-Sea, SS2 6ER, United Kingdom
Tel. +44 1702215000, Email: procurementadvisors@southend.gov.uk
Contact: Corporate Procurement
Main Address: http://www.southend.gov.uk/
NUTS Code: UKH31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procurement.southend.gov.uk/?ReadForm&login
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
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: Forum 2 – Design Services
Reference Number: DN330825
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Southend-on-Sea Borough Council (the ‘Client’) is seeking to bring together an experienced and appropriately qualified Architect-led design team with outstanding design and detailing skills to take forward the development of a new building to house additional gallery space and accommodation for the Focal Point Gallery, located in the Forum, together with a new small digital workspace incubator hub and office accommodation. The College wishes to provide new state of the art performing arts and music practice facilities together with a new public cafe and restaurant, and a new skills kitchen for students.
The Client now wishes to appoint a suitably qualified and experienced Architect-led design team to take forward the scheme from RIBA Stage 2 (Concept Design) through to RIBA Stage 7.
II.1.5) Estimated total value:
Value excluding VAT: 1,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71312000 - Structural engineering consultancy services.

II.2.3) Place of performance:
UKH31 Southend-on-Sea

II.2.4) Description of procurement: Southend-on-Sea Borough Council (the ‘Client’) is seeking to bring together an experienced and appropriately qualified Architect-led design team with outstanding design and detailing skills to take forward the development of a new building to house additional gallery space and accommodation for the Focal Point Gallery, located in the Forum, together with a new small digital workspace incubator hub and office accommodation. The College wishes to provide new state of the art performing arts and music practice facilities together with a new public cafe and restaurant, and a new skills kitchen for students.
The Client now wishes to appoint a suitably qualified and experienced Architect-led design team to take forward the scheme from RIBA Stage 2 (Concept Design) through to RIBA Stage 7.
The deadline for accessing the SQ Documents is: Noon Tuesday 17th April 2018
The deadline for receipt of clarification requests relating to the SQ Documents Noon Wednesday 18th April 2018
The deadline for submission of completed SQ Responses is: 14:00 Friday 27th April 2018.
The Minimum Level Requirements are covered in detail in the Documents provided. This includes but is not limited to detail on Financial Standing and Insurance. The elements which are pass / fail are fully explained within the documentation provided as part of the procurement.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality/Technical / Weighting: 50

Cost criterion - Name: Price/Commercial / Weighting: 50

II.2.6) Estimated value:
Value excluding VAT: 1,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Confirmed in the SQ document.
Subject to there being sufficient applicants qualifying, the council’s intention is to invite 5 applicants through to Tender Stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Additional works, services or supplies may be purchased as a result of the award of this procurement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents

Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU of the European Parliament and of the council and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Supplier Questionnaire which is available from the address in Part I.3.
Minimum level(s) of standards possibly required (if applicable) :
Selection criteria as stated in the procurement documents

Information and formalities necessary for evaluating if requirements are met in accordance with Article 58 of the Directive 2014/24/EU of the European Parliament and of the council and Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Supplier Questionnaire which is available from the address in Part I.3.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/04/2018 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/05/2018
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 month(s): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.

The contract will be awarded to the most economically advantageous tender.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=310032542
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 27/03/2018

Annex A