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

Multi-disciplinary technical consultancy services - 16-25 FE College former Jack Taylor school site.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

London Borough of Camden
Argyle Street
For the attention of: Mark Everest
WC1H 8NG London
UNITED KINGDOM
Telephone: +44 2079745514
E-mail:

Internet address(es):

General address of the contracting authority: http://www.camden.gov.uk

Address of the buyer profile: https://uk.eu-supply.com/lbcamden.asp

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
Regional or local authority
I.3)Main activity
General public services
Environment
Housing and community amenities
Social protection
Recreation, culture and religion
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:
Multi-disciplinary technical consultancy services - 16-25 FE College former Jack Taylor school site.
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: Within the London Borough of Camden.

NUTS code UKI1

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)
Project Summary
We seek to engage a multi-disciplinary technical team to design alterations to the former Jack Taylor School to accommodate a Further Education College for young people aged 16-25 with severe and complex needs (PMLD, SLD and Autism).
The delivery of the construction works will be tendered via a traditional form of contract.
It is intended that the new provision will be open from September 2015.
Following an outline feasibility study, the Jack Taylor school site has been identified as the best site across the two boroughs to locate the new provision. Jack Taylor was a special school which closed at the end of the summer term 2012 with pupils transferring to the newly built Swiss Cottage School. It accommodated 57 pupils with severe and complex needs.
The new provision will provide a ‘hub' where learners can socialise and learn new skills that can be applied in the community, so that learning takes place both in the service and at likely destinations for these young people. There will be clear pathways to employment or training and the provider will establish and maintain strong links with social enterprise and local business. This will ensure that a significant part of learning is community based and occurs at the destination where these skills will be utilised.
The new site will also include up to nine residential units to be used as part of a programme to develop independent or semi-independent living skills. These units will also allow as many families as possible to benefit from respite and thereby reduce the risk of family breakdown.
The college support and therapeutic staff will work intensively on developing and enhancing the independent living skills of young people with severe and complex needs and for the provision to be in line with the best of non-maintained provision found elsewhere. This will include providing an environment where young people with severe and complex needs can maximise all available life chances.
Jack Taylor School is situated in the heart of Alexandra Estate and
was a facility that was integral to the design and construction of
this well known housing estate. Designed by the London Borough
of Camden's architects department and constructed
during the period between 1969 and 1979, the Alexandra Estate
features a high density of residential units, a community centre, a youth club
and a school for SEN students (Jack Taylor School).
The building is currently being used, temporarily, as a site for SEN secondary
students from the Camden Centre for Learning, while their
buildings are being remodelled and extended.
Recently, English Heritage was asked to assess the former Jack Taylor school, which lies within the Alexandra Road Estate Conservation
Area, for listing. The former Jack Taylor school was awarded Listed Building Status on 8 July 2013. The school was added to the List of Buildings of Special Architectural or Historic Interest and listed at Grade II.
Project Detail
The estimated total project cost reported in the feasibility study is £4.9m as set out below.
Project cost breakdown
Construction £3.43m
Core design team fees @ 11.5% £394k (subject of this contract)
Cost consultancy/ QS services £86 k (separate appointment)
Other fees & associated costs @ 6% £210k
Contingency @ 10% £340k
ICT & FF&E; @ 13% £440k
Total £4.9m
Design Consultancy Services:
We seek to engage a multi-disciplinary design team to provide technical consultancy services to be an architect led design team consultancy to develop the outline feasibility study (with the service provider once appointed) and for RIBA work stages C -L using a traditional procurement model (JCT Standard Form contract).
Services required:-
Architectural design services and associated services including:-
Structural Engineering
Building Services and Environmental Engineering
Construction Design Management (CDM) Co-ordinator services
Measured Surveys
Building Surveys
Acoustic design services
Landscape architectural services
The consultant will be responsible for procuring any other specialist services required by them client including (but not limited to) tree surveys, intrusive asbestos surveys, acoustic surveys and these will be paid as disbursements. The council may have particular requirements in relation to obtaining of quotes for these services.
Quantity Surveyors (QS) will be a separate appointment.
Timeframes
The construction contract is expected to achieve practical completion by the end of July 2015 and the design team consultancy services will complete within the same timescales.
An indicative timeframe is set out below.
Indicative Timeframe for Multi-disc. Design Consultancy Tender Indicative Date (or range)
ITT - Tender Invitation 2nd December 2013
ITT - Tender Return 13th January 2014
Tender Evaluation 13th January 2014 - 27th January 2014
Standstill period 27th January 2014-7th February 2014
Contract start date (consultants) 7th February 2014
The construction contract is expected to achieve practical completion by the end of July 2015 and the design team consultancy services will complete after the satisfactory rectification of items identified during the defects period and the agreement of the final account.
II.1.6)Common procurement vocabulary (CPV)

71220000, 71221000, 71240000, 71241000, 71242000, 71243000, 71245000, 71247000, 71248000, 71250000, 71251000, 71300000, 71310000, 71312000, 71313000, 71313200, 71313400, 71313410, 71313440, 71314000, 71314300, 71314310, 71315000, 71315100, 71315200, 71315210, 71315300, 71317000, 71317200, 71317210, 71318000, 71318100, 71320000, 71321000, 71321200, 71321300, 71321400, 71325000, 71327000, 71328000, 71330000, 71333000, 71334000, 71353000, 71353200, 71400000, 71410000, 71420000, 71500000, 71510000, 71520000, 71521000, 71540000, 71541000

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:
Estimated value excluding VAT: 394 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 7.2.2014. Completion 31.7.2015

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority will set out its requirements in the tender
documents. A parent company guarantee or performance bond may be required.
The contracting authorities reserves the right to require deposits,
guarantees or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made in accordance with the standard terms of payment
detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Providers applying as a consortium or joint venture must provide full
details of each member of the consortium and confirm that the grouping is
a legal venture with joint and several liabilities. Each member will be
jointly and severally responsible for the performance of the contract. In
the case of a consortium bid a lead contractor will be required to
represent the consortium.
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: As set out in the pre-qualification questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with the information and formalities set out in Article
47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts
Regulations 2006 as set out in the Pre-qualification questionnaire (PQQ).
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with Cabinet Office "Supplier financial appraisal guidance” document issued in 2001 and updated in April 2008.
Minimum level(s) of standards possibly required: Please refer to the PQQ.
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with OGC "Supplier financial appraisal guidance” document issued in 2001 and updated in April 2008.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with the information and formalities set out in Article 48
of Directive 2004/18/EC and Regulation 24 of the Public Contracts
Regulations 2006 as set out in the pre-qualification questionnaire (PQQ).
Minimum level(s) of standards possibly required:
Please refer to the PQQ.
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 number of operators: 5
Objective criteria for choosing the limited number of candidates: Organisations expressing an interest and meeting the mandatory requirements of the prequalification questionnnaire, meeting the financial assessment requirements and not disqualified under the mandatory or discretionary disqualification criteria will have their responses to the contract specific questions in section H1 scored and the highest scoring 5 organisations will be invited to tender.
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.11.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.12.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
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

To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp.

If you have not previously registered with us simply click on the New Supplier Link shown on this page and complete/submit the form. You will then receive an email quoting your unique system username and password which will enable you to access all the relevant documentation via the contract opportunities link on this page and also all future advertised contract exercises via this system. Further to item iv 1.2, the number of suppliers invited to tender will depend on the quality of responses received, but will be sufficient to ensure genuine competition. The Contracting Authority is not bound to accept the lowest or any tender and confirm that the issue of the Invitation to Tender or other tender documentation does not constitute any form of instruction. As such, the Contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders (or for the avoidance of doubt, PQQ's). Please note that all prices must be quoted in GBP. The Contracting Authority undertakes to use its best endeavours to hold confidential any information provided in the proposal submitted, subject to the contracting authority's obligations under law, including the Freedom of Information Act 2000. However, this does not give any cast iron guarantees of confidentiality as circumstances (for example an FOIA request or a court order) may arise which require disclosure and are outside the control of the Contracting Authority. The deadline for receipt of expressions of interest shall be deemed to be met upon the receipt of a completed pre-qualification form via the Councils etendering system only. The Contracting Authority is committed to delivering social, economic and environmental benefits to its residents and local businesses. Bidders need to be aware that, should they be shortlisted, they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the Invitation to Tender and to pay the National or London living Wage to employees including their sub-contractors working on LB Camden contracts in accordance with the criteria set by the Living Wage Foundation. Tenderers should be aware that the Contracting Authority reserves the right to hold interviews during the tender process. These might be scored as part of the tender,in which case the relevant criteria will be specified in the Invitation to Tender documents. In keeping with the Contracting Authority's commitment to sustainability, please do not include any publicity material with your submission.
Please note that TUPE ????????????
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 Contracting Authority will incorporate a minimum ten calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into and to start proceedings where such action is necessary. Such additional information should be requested from the person stated in the contact details in section I.1 of this document. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006/5 (as amended)) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.10.2013