Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e36a
Common Procurement VocabularyArchitectural design services
Procurement MethodRestricted procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e36a
Common Procurement VocabularyArchitectural design services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

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

http://www.moray.gov.uk

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

Email

elgin [at] scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

https://scotcourts.gov.uk/