Tender

Capital Projects - Consultancy and Architectural Services

  • Meridian Trust

F02: Contract notice

Notice identifier: 2023/S 000-010876

Procurement identifier (OCID): ocds-h6vhtk-03befd

Published 17 April 2023, 8:49am



Section one: Contracting authority

one.1) Name and addresses

Meridian Trust

Meridian Trust Offices, Fen Lane

Sawtry

PE28 5TQ

Contact

Fran Difranco

Email

fdifranco@meridiantrust.co.uk

Telephone

+44 1223491636

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.meridiantrust.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43162

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Capital Projects - Consultancy and Architectural Services

two.1.2) Main CPV code

  • 71210000 - Advisory architectural services

two.1.3) Type of contract

Services

two.1.4) Short description

Professional Architectural Support alongside support with property management, capital projects in schools/Academies

two.1.5) Estimated total value

Value excluding VAT: £500,000

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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Cambridgeshire, Bedforshire, Northamptonshire, Linclonshire

two.2.4) Description of the procurement

Meridian Trust (“MERIDIAN TRUST”) wishes to invite tenders for the supply of services in respect of consultancy/architect practise to support the Trust in medium to large scale projects. Also, to work with the Director of Estates to improve the estate and successfully work with external partners such as the Department for Education and Local Authorities. This service relates to projects which the Trust requires professional architectural support alongside an option to support with property management. These will vary in size and value but are all funded via the trust’s Capital and SCA allocation which must be spent in line with Government and Trust policy evidencing best value. The value of projects varies depending on need but typically range from 100k GBP to 5m GBP

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

1 September 2023

End date

31 August 2024

This contract is subject to renewal

Yes

Description of renewals

1 year contract with option to extend for a further 2 by agreement of both parties

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

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

The successful provider will be expected to provide a list of Professional accreditations but as a minimum have the following:

- Chartered Architectural Practice

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Chartered Architectural Practice

three.2.2) Contract performance conditions

Architectural and project support based on fixed fee scale depending on project value

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

Restricted 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

31 May 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 June 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 36 Months

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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228901.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:228901)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit