Skip to main content.

Southend-on-Sea Borough Council: Forum 2 – Design Services

  Southend-on-Sea Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Forum 2 – Design Services
Notice type: Contract Notice
Authority: Southend-on-Sea Borough Council
Nature of contract: Services
Procedure: Restricted
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.
Published: 27/03/2018 16:37

View Full Notice

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


View any Notice Addenda

View Award Notice

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

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,100,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            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
      Nuts code:
      UKH31 - Southend-on-Sea
   
      Main site or place of performance:
      Southend-on-Sea
             

      II.2.4) Description of the procurement: **AWARD CONFIRMATION** **DO NOT RESPOND** 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:
      Quality criterion - Name: Quality/Technical / Weighting: 50
                  
      Cost criterion - Name: Price/Commercial / Weighting: 50
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Additional works, services or supplies may be purchased as a result of the award of this procurement.

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/08/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ADP Architecture Limited
             The Fire Station, 150 Waterloo Road, London, United Kingdom
             NUTS Code: UKH31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,100,000          
         Total value of the contract/lot: 1,100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          consistent with typical subcontracting arrangements in line with the delivery of design services contracts and the requirements of this project          
Section VI: Complementary information

   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=358605330

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/11/2018