By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

PC05132 - Sheffield General Cemetery - Lead Consultant.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sheffield City Council
Capital Delivery Service, Level 3, East Wing, Moorfoot
For the attention of: Ms Lisa Oxley
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142736215
E-mail:

Internet address(es):

General address of the contracting authority: https://www.sheffield.gov.uk/

Further information can be obtained from: Sheffield City Council
Capital Delivery Service, Level 3, East Wing, Moorfoot
For the attention of: Ms Lisa Oxley
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142736215
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sheffield City Council
Capital Delivery Service, Level 3, East Wing, Moorfoot
For the attention of: Ms Lisa Oxley
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142736215
E-mail:

Tenders or requests to participate must be sent to: Sheffield City Council
Capital Delivery Service, Level 3, East Wing, Moorfoot
For the attention of: Ms Lisa Oxley
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142736215
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Recreation, culture and religion
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:
PC05132 - Sheffield General Cemetery - Lead Consultant.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: 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

NUTS code UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Sheffield City Council has successfully secured a Round 1 grant from the Heritage Lottery Fund to develop a Round 2, Parks for People application for the conservation of Sheffield General Cemetery, an urban park in central Sheffield. The Council wishes to appoint a lead consultant to produce conservation proposals and to contribute towards the production of the Round 2 HLF application to be submitted by the 31.8.2017. The lead design consultant together with their sub-consultants will include the following design packages: Landscape architecture, conservation architect, conservation stonemason, conservation blacksmith, structural engineer, reinforced concrete conservator, site survey specialist.
II.1.6)Common procurement vocabulary (CPV)

71400000, 71220000, 71420000, 71242000, 71421000, 92522000, 45212314, 45212350, 79311100, 79415200, 79421200, 90712400, 92522100, 92522200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
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:
Sheffield City Council has successfully secured a Round 1 grant from the Heritage Lottery Fund to develop a Round 2, Parks for People application for the conservation of Sheffield General Cemetery, an urban park in central Sheffield. The Council wishes to appoint a lead consultant to produce conservation proposals and to contribute towards the production of the Round 2 HLF application to be submitted by the 31.8.2017. The lead design consultant together with their sub-consultants will include the following design packages: Landscape architecture, conservation architect, conservation stonemason, conservation blacksmith, structural engineer, reinforced concrete conservator, site survey specialist.
Estimated value excluding VAT: 164 000 GBP
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: 12 (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:
A Parent Company Guarantee from the Successful Contractors Ultimate Holding Company if applicable. A Contract Bond equal to 10 % of the Contract Sum maybe required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4: and maximum number 6
Objective criteria for choosing the limited number of candidates: As stated in the PQQ and PQQ Instructions.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
PC05132
IV.3.2)Previous publication(s) concerning the same contract
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
27.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
4.7.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.8.2016 - 12:00
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.3)Additional information

The PQQ and draft Tender Information is available to download by logging onto https://www.yortender.co.uk/procontract/user.nsf and searching for the job reference number AAAG-Q4RS5I. The PQQ's are to be returned electronically. Tenderers are advised to allow adequate time for uploading the documents to ensure that the submission deadline is met. The PQQ is to be submitted via https://www.yortender.co.uk/procontract/user.nsf to be received not later than 12:00 noon on 27.6.2016.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.5.2016