Section one: Contracting authority
one.1) Name and addresses
Wiltshire Council
Wiltshire Council, County Hall, Bythesea Road
Trowbridge
BA14 8JN
Contact
Mr Bill Warden / Mr Steve Parsons
Telephone
+44 3707795730
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplyingthesouthwest.org.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
CO1554 Abbeyfield School Expansion Lead Designer
Reference number
DN599104
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The appointment of a Multi-Disciplinary Designer and CDM Principal Designer to undertake design and CDM duties for the planned Abbeyfield School Expansion Project.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK15 - Wiltshire CC
two.2.4) Description of the procurement
The appointment of a multi-disciplinary designer (Lead Designer) who will support the Council and will lead the Design Team to successfully deliver this project. The Lead Designer will also be undertaking the CDM Principal Designer role and should include for this within the fee proposal.
As a minimum the design disciplines expected to be provided by the Lead Designer are:
• Architect (Lead Designer)
• Civil & Structural Engineers
• Mechanical & Electrical Services Engineers
• Acoustician
• Ecology
• Landscape Architect
• Fire Engineer (an automatic fire suppression system is likely to be required)
• CDM Principal Designer
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 June 2022
End date
29 September 2023
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.1.2) 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 April 2022
Local time
2:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 April 2022
Local time
2:00pm
Place
Online via the Suppling the South West portal
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.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom