Tender

Provision of Professional Services to support the Elsecar Forging Ahead scheme of works

  • Barnsley Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-015276

Procurement identifier (OCID): ocds-h6vhtk-034252

Published 31 May 2022, 5:42pm



Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Email

JennyLockwood@barnsley.gov.uk

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46120&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46120&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Provision of Professional Services to support the Elsecar Forging Ahead scheme of works

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

A Provider is required to support the design and professional services associated with a programme of refurbishment and public realm works at Elsecar Heritage Centre which are being funded by the the Cultural Development Fund, a Department for Digital, Culture, Media and Sport (DCMS) administered by Arts Council England. The Provider will support the Council in the pre and post contract services required to design the works and then appoint and manage Contractors to undertake the works defined by March 2025.

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.2.2) Additional CPV code(s)

  • 71250000 - Architectural, engineering and surveying services
  • 71251000 - Architectural and building-surveying services
  • 71400000 - Urban planning and landscape architectural services
  • 71420000 - Landscape architectural services
  • 79930000 - Specialty design services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Elsecar Heritage Centre

two.2.4) Description of the procurement

A Provider is required to support the design and professional services associated with a programme of refurbishment and public realm works at Elsecar Heritage Centre which are being funded by the the Cultural Development Fund, a Department for Digital, Culture, Media and Sport (DCMS) administered by Arts Council England. The Provider will support the Council in the pre and post contract services required to appoint Contractors to undertake the works required by March 2025.

two.2.5) Award criteria

Quality criterion - Name: Various / Weighting: 35

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

32

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


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

1 July 2022

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

12:00pm

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom