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

Capital Development at the Ashington and Kirkley Hall Campuses.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Northumberland College
Estate Management, College Road, Ashington, Northumberland
Contact point(s): c/o Summers-Inman, The Drive, Gosforth
For the attention of: Ian Campbell
NE63 9RG Ashington
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.northumberland.ac.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
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:
Capital Development at the Ashington and Kirkley Hall Campuses.
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
Main site or location of works, place of delivery or of performance: Northumberland.

NUTS code UKC21

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)
Northumberland College is seeking a single organisation to carry out all the required design services on the proposed developments at the Ashington and Kirkley Hall Campuses. Your organisation would be the lead design consultant and would directly engage the servies of all other design specialists, which may be from in-house resources or sub-consultants. The services may include, but are not limied to, architect, landscape architect space planner and interior designer, civil and structural engineers, ecologist consultant, services engineers, catering consultant, acoustic consultant, fire strategy consultant, BREEAM advisor. It is the College's intent to employ the single organisation for the developments on both sites. It is also the College's intent to appoint the organisation in February 2013. Occupation of the completed development must occur no later than September 2014.
The project's gross value is approximately £9.5m and incorprates two new workshops,a new education centre, and refurbishment and remodelling of several existing buildings.
Applicants wishing to express an interest in tendering must do so by requesting, via email only, an electronic copy of the pre-qualification questionnaire from the contact given in 1.1.
II.1.6)Common procurement vocabulary (CPV)

71000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
The overall gross development value will be approximately £9.5m.
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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details are set out in the pre-qualification questionnaire.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are set out in the pre-qualification questionnaire.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The default position is that the appointed organisation will take total responsibility. Any permitted deviance from this would require joint and several liability.
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
Information and formalities necessary for evaluating if the requirements are met: Details are provided in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details are provided in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Your organisation must have the capacity and appropriate technical ability and experience to deliver multiple building designs within the fast track timeframe. Further details are provided in the pre-qualification questionnaire.
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
Accelerated restricted
Justification for the choice of accelerated procedure: A necessary requirement due to the time barred spend profile demanded by the grant provider.
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 7.2.2013 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.2.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders

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
Requests for the pre-qualification questionnaire must be submitted electronically to the contact given in 1.1.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The College will notify candidates of whether or not they have been successful in accordance with the provisions of Regulation 23 (1) to 32 (A) of the Public Contracts Regulations 2006 as amended ("the regulations") and will hold a mandatory 10-day standstill priod. Economic operators who have been prejudiced or are at risk of prejudice may issue proceedings in the High Court (England and Wales) in accordance with the regulations. Candidates should be aware that strict limits apply as laid down by the regulations.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.1.2013