Section one: Contracting authority
one.1) Name and addresses
Nuneaton and Bedworth Borough Council
Town Hall, Coton Road
Nuneaton
CV11 5AA
procurement@nuneatonandbedworth.gov.uk
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
www.nuneatonandbedworth.gov.uk/site/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/csw-jets/aspx/Home
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
NUN - Architectural Services Framework Agreement for DFG's
Reference number
NUN - 13924
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
Nuneaton and Bedworth Borough Council (NBBC) as lead authority, are inviting Tenders for the provision of architectural services across Warwickshire for the HEART Partnership. The HEART service covers the Warwickshire area (Nuneaton and Bedworth, North Warwickshire and Rugby known as North HEART as well as Leamington, Warwick and Stratford known as South HEART).HEART is a partnership service between Warwickshire Councils which provide advice and assistance to deliver disabled adaptations and home improvements to keep homes safe, secure and warm. Caseworkers assess customers’ needs and housing conditions and provide tailored advice and support on a range of issues including:- Home aids and adaptations- Housing conditions, repairs and safety matters- Benefits, grants or loans for essential building worksHEART are seeking the services of Supplier’s who will work collaboratively and effectively to achieve a high standard of service, ensuring quality and quick turnaround times. The
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.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
Main site or place of performance
Across the whole of Warwickshire
two.2.4) Description of the procurement
Nuneaton and Bedworth Borough Council (NBBC) as lead authority, are inviting Tenders for the provision of architectural services across Warwickshire for the HEART Partnership. The HEART service covers the Warwickshire area (Nuneaton and Bedworth, North Warwickshire and Rugby known as North HEART as well as Leamington, Warwick and Stratford known as South HEART).HEART is a partnership service between Warwickshire Councils which provide advice and assistance to deliver disabled adaptations and home improvements to keep homes safe, secure and warm. Caseworkers assess customers’ needs and housing conditions and provide tailored advice and support on a range of issues including:- Home aids and adaptations- Housing conditions, repairs and safety matters- Benefits, grants or loans for essential building worksHEART are seeking the services of Supplier’s who will work collaboratively and effectively to achieve a high standard of service, ensuring quality and quick turnaround times. The services specification is based on the Royal Institute of British Architects Standard Agreement – RIBA Plan of Work 2020 compatible version with HEART specific amendments. The Architectural services are set out in the tender documentation but Supplier’s should note that additional services may be included and/or amendments made to the services set out in the table below to reflect scheme specific requirements at the Call Off stage and/or as permitted by the terms and conditions included within the framework agreement.It is the Council’s intention to award a minimum of three (3) and a maximum of five (5) suppliers onto the framework agreement. Contracts executed during the term of the Framework Agreement may continue after the Framework Agreement end date. IMPORTANT: There is no guarantee the Council require the services under this framework agreement and the Council does not guarantee any level of spend and/or volume of Services through the framework agreement.
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
5 September 2022
End date
4 September 2024
This contract is subject to renewal
Yes
Description of renewals
12 month optional extension and a further 12 month optional extension period (2 years max split 1 + 1).
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.2.1) 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 must be registered and hold at least one of the following Architectural Qualifications: Architects Registration Board (ARB), Royal Institute of British Architects, Royal Institute of Scottish Architects, The Association of Consultant Architects (ACA), Chartered Institute of Architectural Technologists (CIAT).
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework Agreement does not exceed 4 years.
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
15 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
15 July 2022
Local time
12:15pm
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
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Nuneaton and Bedworth Borough Council will observe a stand still period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom