Tender

Multi Disciplinary Project Team Services - Salford City College Capital Programme

  • Salford City College

F02: Contract notice

Notice identifier: 2022/S 000-019597

Procurement identifier (OCID): ocds-h6vhtk-035335

Published 18 July 2022, 4:29pm



Section one: Contracting authority

one.1) Name and addresses

Salford City College

Dronfield Road

Salford

M6 7FR

Email

suzanne.west@salfordcc.ac.uk

Telephone

+44 1616315000

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.salfordcc.ac.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26227

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.salfordcc.ac.uk/capitalprojectprocurement/

Additional information can be obtained from the above-mentioned address

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

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

Multi Disciplinary Project Team Services - Salford City College Capital Programme

Reference number

SCC01

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

To provide multi disciplinary project team services in support of the Salford City College's capital programme, including DFE FE Capital Transformation Funded works.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
Main site or place of performance

Various sites with the Salford City College campus, including the City Skills Centre, Pendleton Sixth Form and Worsley Campuses. Other buildings may be added as required.

two.2.4) Description of the procurement

To provide multi disciplinary project team services for DFE FE Capital Transformation Fund funded works and consultant services in support of the wider College capital programme.

two.2.5) Award criteria

Quality criterion - Name: Quality criteria to be assessed based on delivery team, procurement support, approach and methodology and case studies / Weighting: 60%

Price - Weighting: 40%

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

Duration in months

36

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The appointed practice should hold a corporate membership of either the Royal Institution of Chartered Surveyors (RICS) or the Royal Institute of British Architects (RIBA).

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

The appointed consultancy who will responsible for providing multi disciplinary project team services, should hold corporate accreditation with either the Royal Institution of Chartered Surveyors (RICS) or Royal Institute of British Architects (RIBA).

three.2.2) Contract performance conditions

The successful consultancy will be appointed under a JCT Consultancy Agreement (2016).


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 August 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

22 August 2022

Local time

12:00pm


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

(MT Ref:226807)

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