Section one: Contracting authority
one.1) Name and addresses
Waverley Borough Council
The Burys
Godalming
GU7 1HR
Contact
Patrick Tuite
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sesharedservices/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
WAV PT Architect and Consultant services – Cranleigh Leisure Centre new build project
Reference number
WAV - 035845
two.1.2) Main CPV code
- 71200000 - Architectural and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Waverley Borough Council (WBC) requires the services of an architect/lead consultant, together with associated professional services aligning to all RIBA Plan of Work Stages 0-7, to develop a design and technical specification for a new low carbon leisure facility replacement (Cranleigh Leisure Centre (CLC)). The Architect will act as the Lead Designer for design related matters and will coordinate and integrate the work of other consultants however employed. The CLC investment aims to deliver a new leisure facility for Cranleigh that will meet the demands of the local community, in terms of facility mix, but also deliver a low carbon building in accordance with Waverley’s net zero carbon by 2030 commitment. The values stated and attributed to this contract are indicative only and are based on costings compiled in 2021 so may be considerably different (higher or lower) than advertised. Bidders should refer to the specification for the full scope of services.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
This tender is being run following the Open procedure in accordance with the Public Contracts Regulations 2015, 2015 No. 102, PART 2, CHAPTER 2, SECTION 3, Regulation 27). The evaluation of this procurement will be conducted in 2 phases. Phase oneA questionnaire will be issued to assess bidders’ competency, capacity and experience, this will need to be completed and returned, at which point it will be assessed. If Bidders fail at this stage, no further elements of their response will be revied and they will be notified of the outcome. Phase two All Bidders who Pass the Pass/ Fail requirements will have their qualitative and price submissions evaluated.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There is provision for the council to retain the services of the successful bidder for 2 smaller projects (extension to existing facilities in Farnham and Godalming), as of 2020 these were estimated to cost in the region of £1m-£1.5m each. Bidders should refer to section B10. of the specification for more details.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 February 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 17 May 2023
four.2.7) Conditions for opening of tenders
Date
22 February 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
Country
United Kingdom