Section one: Contracting authority
one.1) Name and addresses
Stafford Borough Council
Civic Centre, Riverway
Stafford
ST16 3AQ
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 17854656
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
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