Opportunity

IA2480 - Appointment of a Multi Disciplinary Team - Design and Build of a New Multi Storey Car Park

  • Stafford Borough Council

F02: Contract notice

Notice reference: 2021/S 000-021702

Published 2 September 2021, 9:03am



The closing date and time has been changed to:

11 October 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Stafford Borough Council

Civic Centre, Riverway

Stafford

ST16 3AQ

Contact

Laura Kendall

Email

laura.kendall@staffordshire.gov.uk

Telephone

+44 17854656

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.staffordbc.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login#

one.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login#

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login#

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

IA2480 - Appointment of a Multi Disciplinary Team - Design and Build of a New Multi Storey Car Park

Reference number

DN1257

two.1.2) Main CPV code

  • 73220000 - Development consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Stafford Borough Council are seeking to appoint a single multi-disciplinary team to work with

them to drive delivery of the new multi-storey car park in advance of the planned demolition

of the current NCP car park in 2022.

It is expected that the team appointed will provide all technical professional services to

support the Council to deliver the car park from reviewing, refining and agreeing the brief,

through initial design, contractor engagement, construction and on to final account and the

end of the defects liability period. It is expected that this professional team will include

expertise in Project, Cost and Contract Management, Planning, Design, Engineering, and

the Environment sufficient to deliver the project.

The current expectation is that the appointed team will develop early concept designs before

leading procurement activity to engage a design and build contractor on a 2-stage basis,

with an initial pre-construction services agreement being used to progress a design through

the planning process, followed by a design and build contract. It is assumed that a JCT or

similar standard form of contract with limited common amendments is most likely to be

adopted. This approach should be reviewed by the appointed team at commencement but is

the basis on which tender responses should be made and will be assessed.

two.1.5) Estimated total value

Value excluding VAT: £5,180,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Stafford Borough Council are seeking to appoint a single multi-disciplinary team to work with

them to drive delivery of the new multi-storey car park in advance of the planned demolition

of the current NCP car park in 2022.

It is expected that the team appointed will provide all technical professional services to

support the Council to deliver the car park from reviewing, refining and agreeing the brief,

through initial design, contractor engagement, construction and on to final account and the

end of the defects liability period. It is expected that this professional team will include

expertise in Project, Cost and Contract Management, Planning, Design, Engineering, and

the Environment sufficient to deliver the project.

The current expectation is that the appointed team will develop early concept designs before

leading procurement activity to engage a design and build contractor on a 2-stage basis,

with an initial pre-construction services agreement being used to progress a design through

the planning process, followed by a design and build contract. It is assumed that a JCT or

similar standard form of contract with limited common amendments is most likely to be

adopted. This approach should be reviewed by the appointed team at commencement but is

the basis on which tender responses should be made and will be assessed.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,180,000

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

Start date

29 November 2021

End date

31 March 2024

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: Yes

Identification of the project

Future High Street Fund


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

4 October 2021

Local time

12:00pm

Changed to:

Date

11 October 2021

Local time

12:00pm

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

4 October 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is an electronic tender. All submissions must be made via the formal Contracting

Authority electronic tendering platform. All requests for information to be sent through the

electronic tendering portal and message facility on the Proactis electronic tendering system.

How to register - follow the link to Proactis electronic tendering:

https://supplierlive.proactisp2p.com/Account/Login

If you require urgent assistance regarding the initial usage of the e-Tendering package please

contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to

reach this contact, please immediately email the nature of the difficulty to

commercial.team@staffordshire.gov.uk

This procurement is for a Contract between the appointed provider and

the Contracting Authority, to supply predominately services as and when required in line

with the tender brief.

The Contracting Authority or its public sector partners/Customers makes no guarantee as to

the volume of business on offer or to be awarded, and any volumes given are indicative only

and intended as a general guide. There is no commitment at the time of tendering from any

parties outside of the Contracting Authority and this should be taken into consideration

when bidding.

Financing / Payment:

— payments may be made following acceptance by the banking agents of Stafford borough Council.

Legal form of groups of providers:

— no special legal form is required by the grouping of providers but each provider will be

required to be come jointly or severally responsible for the contract before acceptance.

six.4) Procedures for review

six.4.1) Review body

Stafford Borough Council

Stafford

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Stafford Borough Council

Stafford

Country

United Kingdom