Tender

CO1554 Abbeyfield School Expansion Lead Designer

  • Wiltshire Council

F02: Contract notice

Notice identifier: 2022/S 000-005991

Procurement identifier (OCID): ocds-h6vhtk-031e00

Published 4 March 2022, 10:34am



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

Email

bill.warden@hants.gov.uk

Telephone

+44 3707795730

Country

United Kingdom

NUTS code

UKK15 - Wiltshire CC

Internet address(es)

Main address

http://www.wiltshire.gov.uk/

Buyer's address

http://www.wiltshire.gov.uk/

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

Internet address

www.supplyingthesouthwest.org.uk