Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 19th Jul 2023
Reference | ocds-h6vhtk-03e36a |
Common Procurement Vocabulary | Architectural design services |
Procurement Method | Restricted procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 19th Jul 2023
Reference | ocds-h6vhtk-03e36a |
Common Procurement Vocabulary | Architectural design services |
Procurement Method | Restricted procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
procurement [at] moray.gov.uk
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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
180901 Elgin Town Hall Multi-Disciplinary Design Team
Reference number
180901
II.1.2) Main CPV code
- 71220000 - Architectural design services
II.1.3) Type of contract
Services
II.1.4) Short description
The Moray Council is seeking an experienced and innovative multi– disciplinary design team to deliver a landmark 21st Century performance and community venue in Elgin as part of the Moray Growth Deal ‘Cultural Quarter’ Project. The upgrade, refurbishment and extension of the grade B listed Elgin Town Hall will build on the current success of this facility to deliver a vibrant regional hub for performing arts, creative industries and the community.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45212350 - Buildings of particular historical or architectural interest
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71223000 - Architectural services for building extensions
II.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Elgin
II.2.4) Description of the procurement
The Moray Council is seeking an experienced and innovative multi– disciplinary design team to deliver a landmark 21st Century performance and community venue in Elgin as part of the Moray Growth Deal ‘Cultural Quarter’ Project. The upgrade, refurbishment and extension of the grade B listed Elgin Town Hall will build on the current success of this facility to deliver a vibrant regional hub for performing arts, creative industries and the community.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 November 2023
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
RIBA Stage 2–7. Subject to satisfactory performance and the necessary funding and approvals being secured for the delivery and construction of the project the Design Team will be commissioned to manage this process throughout. There is no guarantee that Delivery Stage services will be required and progress will be reviewed and may be paused if necessary at each RIBA Stage.
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
6 highest scoring single procurement documents will be taken through to stage 2.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: 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
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
All consultants must be members of their professional bodies, for this project it will be essential to have an accredited conservation architect in your team.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Description of the economic or financial requirements:
Minimum level(s) of standards possibly required
Professional Risk Indemnity: 10m GBP
Employer's (Compulsory) Liability: 5m GBP
Public Liability: 5m GBP
The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.
Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.
The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards possibly required
Minimum number of relevant examples: 2, more may be provided if available.
Requirement: The relevant projects do not need to be theatre/performance buildings, but should demonstrate high quality design. Experience of refurbishing and extending heritage buildings creatively and with suitable consideration for architectural heritage should be demonstrated. The relevant projects should be split across the team, but a minimum of 2 of the projects should have been led by the architect.
III.2) Conditions related to the contract
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
25 August 2023
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 September 2023
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 months: 3 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24617. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:739064)
VI.4) Procedures for review
VI.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
elgin [at] scotcourts.gov.uk
Telephone
+44 343542505
Country
United Kingdom