Section one: Contracting authority
one.1) Name and addresses
Chamberlain Highbury Trust
4 Yew Tree Road
Birmingham
B13 8QG
chamberlainhighburytrust@outlook.com
Telephone
+44 7812490344
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
https://chamberlainhighburytrust.co.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43106
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
Additional information can be obtained from another address:
Focus Consultants 2010 LLP
Focus House, Millennium Way West, Phoenix Business Park
Nottingham
NG8 6AS
enquiries@focus-consultants.com
Country
United Kingdom
NUTS code
UKF - East Midlands (England)
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Chamberlain Highbury Trust: Architectural Design Team
two.1.2) Main CPV code
- 71220000 - Architectural design services
two.1.3) Type of contract
Services
two.1.4) Short description
Chamberlain Highbury Trust are inviting tenders from Multi Disciplinary Designs which will provide the following services under one contract:
Lead Designer, Conservation Architect, Landscape Architect, MEP Engineer, Structural Engineer, Principal Designer, Fire Consultant, Access Consultant
two.1.5) Estimated total value
Value excluding VAT: £654,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
- UKG - West Midlands (England)
Main site or place of performance
Highbury Hall, 4 Yew Tree Rd, Moseley, Birmingham
two.2.4) Description of the procurement
Applicants will be required to complete a standard selection
questionnaire available from MyTenders.
Applicants will then be shortlisted and up to 5 applicants will be invited to submit a Tender.
two.2.5) Award criteria
Quality criterion - Name: Relevant experience of individuals in team (CVs) / Weighting: 15
Quality criterion - Name: Lessons learnt from your other projects that are be relevant to this project / Weighting: 25
Quality criterion - Name: Proposed approach for this project following the RIBA stages and noting opportunities for engaging and working with the client, stakeholders, community groups and other designers. / Weighting: 30
Cost criterion - Name: Price – Development Phase / Weighting: 10
Cost criterion - Name: Price – Delivery Phase / Weighting: 10
Cost criterion - Name: Resources for RIBA stages 2 and 3 / Weighting: 10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 September 2022
End date
30 July 2027
This contract is subject to renewal
No
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
As per procurement documentation
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
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
16 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 June 2022
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)
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
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=226305.
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:226305)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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
six.4.4) Service from which information about the review procedure may be obtained
Focus Consultants 2010 LLP
Focus House, Millennium Way West, Phoenix Business Park
Nottingham
NG8 6AS
enquires@focus-consultants.com
Telephone
+44 1159765050
Country
United Kingdom