Section one: Contracting authority
one.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
180422 Moray Growth Deal Elgin Town Hall - Design Team
Reference number
180422
two.1.2) Main CPV code
- 71220000 - Architectural design services
two.1.3) Type of contract
Services
two.1.4) Short description
This brief covers the second element of the Cultural Quarter project and Moray Council wish to appoint a multi-disciplinary Design Team to secure full planning consent and listed building consent for the refurbishment and extension of Elgin Town Hall. The team will be required to prepare and submit the design and associated infrastructure and landscaping proposals, with supporting information and reports required for the planning and listed building applications up to and including RIBA stage 4 and any additional work required to ensure successful consents being granted. The commission also includes the requirement to prepare a Transport Assessment (TA) including active travel provisions, for redevelopment of sites within central Elgin.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
- 45212350 - Buildings of particular historical or architectural interest
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71221000 - Architectural services for buildings
- 71223000 - Architectural services for building extensions
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Elgin
two.2.4) Description of the procurement
This brief covers the second element of the Cultural Quarter project and Moray Council wish to appoint a multi-disciplinary Design Team to secure full planning consent and listed building consent for the refurbishment and extension of Elgin Town Hall. The team will be required to prepare and submit the design and associated infrastructure and landscaping proposals, with supporting information and reports required for the planning and listed building applications up to and including RIBA stage 4 and any additional work required to ensure successful consents being granted. The commission also includes the requirement to prepare a Transport Assessment (TA) including active travel provisions, for redevelopment of sites within central Elgin.
two.2.5) Award criteria
Quality criterion - Name: Project Approach / Weighting: 60
Quality criterion - Name: Project Plan / Weighting: 20
Quality criterion - Name: Team Details / Weighting: 20
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
8
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
4B.1.1 - Please provide your (“general”) yearly turnover for the number of financial years specified in the relevant Contract Notice:
4B.5.1a - Professional Risk Indemnity:
4B.5.1b - Employer's (Compulsory) Liability Insurance:
4B.5.2 - All other types of insurance listed in the contract notice
Minimum level(s) of standards possibly required
Bidders will be required to have a minimum “general” yearly turnover of GBP 500,000 for the last 3 years:
4B.5.1a - Professional Risk Indemnity: GBP 5M
4B.5.1b - Employer's (Compulsory) Liability Insurance: GBP 5M
4B.5.2 - Public Liability: GBP 5M
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 - Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:
(Examples from both public and/or private sector customers and clients may be provided)
Minimum level(s) of standards possibly required
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
Minimum number of relevant examples: 2
Requirement: Examples to be of a similar nature and value to this project.
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 249-622744
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 March 2021
Local time
12:00pm
Changed to:
Date
23 April 2021
Local time
12:00pm
See the change notice.
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17907. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:643969)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
Telephone
+44 343542505
Country
United Kingdom