Tender

180422 Moray Growth Deal Elgin Town Hall - Design Team

  • Moray Council

F02: Contract notice

Notice identifier: 2021/S 000-002752

Procurement identifier (OCID): ocds-h6vhtk-029227

Published 10 February 2021, 5:08pm



The closing date and time has been changed to:

23 April 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

procurement@moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

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

Email

elgin@scotcourts.gov.uk

Telephone

+44 343542505

Country

United Kingdom

Internet address

http://www.moray.gov.uk