Tender

BP1011 - Design Team - Architect and Related Services for Enterprise Hub

  • Broxtowe Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-016044

Procurement identifier (OCID): ocds-h6vhtk-03d41f

Published 6 June 2023, 4:31pm



The closing date and time has been changed to:

14 July 2023, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Broxtowe Borough Council

Beeston

NOTTINGHAM

NG91AB

Email

procurement@broxtowe.gov.uk

Telephone

+44 1159177777

Country

United Kingdom

Region code

UKF16 - South Nottinghamshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.broxtowe.gov.uk

one.3) Communication

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

https://www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org

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

BP1011 - Design Team - Architect and Related Services for Enterprise Hub

Reference number

BP1011

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Broxtowe Borough Council (the Council) is undertaking this process to procure a design team including architect service, principle designer services and related services for a new Enterprise Hub in Stapleford, Nottinghamshire. The Architect will lead a design team to deliver the project up to RIBA Stage 4.

This tender process is specifically focused on services for RIBA stages 0 to 4.

Bidders are to be registered with the Architects Registration Board (ARB).

Bidders are to hold membership with a professional body for Architects such as Royal Institute of British Architects (RIBA).

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
  • UKF16 - South Nottinghamshire
Main site or place of performance

Borough of Broxtowe

two.2.4) Description of the procurement

Broxtowe Borough Council (the Council) is undertaking this process to procure a design team including architect service, principle designer services and related services for a new Enterprise Hub in Stapleford, Nottinghamshire. The Architect will lead a design team to deliver the project up to RIBA Stage 4.

This tender process is specifically focused on services for RIBA stages 0 to 4.

Full working arrangements will be subject to JCT CA 2016 Consultancy Agreement (public sector) 2016 terms and conditions, as amended,

Broxtowe Borough Council may novate the successful design team/architect for the provision of further architectural services and construction phases (RIBA stages 5 to 7) under a JCT or NEC contract with a principal build contractor.

Your fixed prices should include all costs for the project to be completed to RIBA work stage 4. No additional costs can be claimed for expenses

Bidders are to be registered with the Architects Registration Board (ARB).

Bidders are to hold membership with a professional body for Architects such as Royal Institute of British Architects (RIBA).

IMPORTANT - Where a Bidders' price is twice that of the lowest Bidder price the Council reserves the right not to evaluate the quality element of the submission, as effectively there is no chance of being successful. This means there will be no quality feedback on the bidder either.

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

Duration in days

12

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: Yes

Description of options

The contract will last as long as required to meet the contract requirements. Please note potential novation option.

two.2.14) Additional information

NOTE: All Bidders should access the 'Messages' section of the e-procurement system on a regular basis to check for any clarifications issued on this project and/or any public exchange of information between interested parties, before final submission of their bid. It is the sole responsibility of bidders to do so.


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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Bidders are to be registered with the Architects Registration Board (ARB).

Bidders are to hold membership with a professional body for Architects such as Royal Institute of British Architects (RIBA).

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

Originally published as:

Date

7 July 2023

Local time

10:00am

Changed to:

Date

14 July 2023

Local time

10:00am

See the change notice.

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

7 July 2023

Local time

10:05am

Information about authorised persons and opening procedure

Via E-Procurement System


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Broxtowe Borough Council

Council Offices

Nottingham

NG9 1AB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to tenderers of the award decision. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.