Project Management / Design Consultancy Service - LVWWC Legacy Project.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact: Parklands & Venues
Attn: Vivien Blacker
EN2 9HG Enfield
UNITED KINGDOM
Tel. +44 1992717711
Fax +44 1992719937

Internet address(es)

General address of the contracting authority www.leevalleypark.org.uk

Address of the buyer profile http://www.leevalleypark.org.uk/procurement

Further information can be obtained at: Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact: Parklands and Venues
Attn: Dave Allen
EN2 9HG Enfield
UNITED KINGDOM
Tel. +44 1992717711
E-mail:
Fax +44 1992719937
Internet: www.leevalleypark.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact: Parklands & Venues
Attn: Dave Allen
EN2 9HG Enfield
UNITED KINGDOM
Tel. +44 1992717711
E-mail:
Fax +44 1992719937
Internet: www.leevalleypark.org.uk

Tenders or requests to participate must be sent to: Lee Valley Regional Park Authority
Myddelton House, Bulls Cross
Contact: Chief Executive
Attn: Committee Office
EN2 9HG Enfield
UNITED KINGDOM
Tel. +44 1992717711
Fax +44 1992719937
Internet: www.leevalleypark.org.uk

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
Recreation, culture and religion

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Project Management / Design Consultancy Service - LVWWC Legacy Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 12
Main place of performance Lee Valley Whitewater Centre, Station Road, Waltham Cross, Hertfordshire, EN9 1AB.

NUTS code UKI12

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Authority is seeking to select a Project Management and Design Team to provide a comprehensive design and construction support service during the design and construction stages (anticipated to be approximately from February 2012 to March 2013).
It is envisaged that one appointment will be made for the Project Management and all design team services which will be led by an architectural or multi-disciplinary practice and will include architectural design, structural and civil engineering design, mechanical and electrical services engineering design, and including heating, ventilating, and environmental engineering design including noise, wind and lighting design, and including land remediation, and landscape architecture.

NB: To express your interest please use the following link below to access the Pre-Qualification Questionnaire (PQQ) documentation which must be submitted by 12 Noon, 13.10.2011. http://www.leevalleypark.org.uk/procurement

II.1.6)Common procurement vocabulary (CPV)

71242000, 72224000, 71220000, 71221000, 71240000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Excluding VAT
Range between 250 000 and 400 000 GBP
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 21.2.2012. Completion 1.4.2013

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
The Authority reserves the right to require guarantees, bonds, collateral warranties and other forms of security as appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
The Authority’s preferred payment terms are monthly 30 days in arrears; However the Authority would discuss other suggested payment profile, which maybe considered part of a proposal.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
In the event of a consortia bid being accepted it is anticipated that all members of the consortium will be jointly and severely liable for all obligations imposed by the contract terms and conditions. In the event of a successful consortia bid the Authority may advise that the consortia takes a particular legal form and that single consortia member takes primary responsibility and that the contracting authority contracts with a single lead member or that each member undertakes joint and several liability irrespective of the legal form addopted. Applicants must provide full details their proposed contracting structures.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
The Authority's standard terms and conditions will apply but the contract will have a stand alone bespoke contract.

These standard terms and conditions can be found by using the following address: http://www.leevalleypark.org.uk/en/content/cms/about_us/procurement/standard_terms_and_c/standard_terms_and_c.aspx.

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 requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(5) Presentation of the bidder's balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the bidder is established for the preceding 3 years.
(6) A statement of the bidder's overall turnover and the turnover related to similar activities covered by this contract, for the 3 previous financial years.

Minimum level(s) of standards possibly required As set out within the pre-qualification questionnaire (PQQ) documentation. This can be accessed at the following address: http://www.leevalleypark.org.uk/procurement.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Minimum level(s) of standards possibly required
As set out in the PQQ documentation.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
Yes

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 5 maximum number 8
Objective criteria for choosing the limited number of candidates: The number will be determined through the ranking of the responses to the PQQ based on their compliance with the scoring analysis contained in the PQQ.
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 below
1. Cost - value for money. Weighting 60 %
2. Quality. Weighting 40 %
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
LVWWC/LWDC571S11
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
13.10.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.11.2011
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 tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION

To express your interest please use the following link below to access the Pre-Qualification Questionnaire (PQQ) documentation which must be submitted by 12 Noon, 13.10.2011. http://www.leevalleypark.org.uk/procurement

(MT Ref:83460).
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
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: Lee Valley Regional Park Authority will incorporate a minimum 10 calendar day 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. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5)provide for aggrieved parties who have been harmed or are 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 (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
6.9.2011