Tender

MAP Charity - Hope Foundry Workspace Refurbishment

  • MAP Charity

F02: Contract notice

Notice identifier: 2021/S 000-025167

Procurement identifier (OCID): ocds-h6vhtk-02e9bd

Published 8 October 2021, 11:05am



Section one: Contracting authority

one.1) Name and addresses

MAP Charity

Hope House, 65 Mabgate

Leeds

LS9 7DR

Email

admin@mapcharity.org

Telephone

+44 1132468468

Country

United Kingdom

NUTS code

UKE42 - Leeds

Internet address(es)

Main address

www.mapcharity.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43003

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

https://drive.google.com/drive/folders/1XJgZxaJAmkjBYejO69YKBlRO32zmwhZt?usp=sharing

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

Other activity

Creative Workspace


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MAP Charity - Hope Foundry Workspace Refurbishment

two.1.2) Main CPV code

  • 71221000 - Architectural services for buildings

two.1.3) Type of contract

Services

two.1.4) Short description

MAP Charity is looking to commission the services of an architect to deliver the refurbishment of 10,000 sq ft of workspace at the grade II listed Hope Foundy in Leeds city centre. Further information is found in the tender pack.

two.1.5) Estimated total value

Value excluding VAT: £43,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE42 - Leeds
Main site or place of performance

Hope Foundry

65 Mabgate

Leeds

LS9 7DR

two.2.4) Description of the procurement

Procurement will be competitive and on a price/quality basis. The scoring panel will use a scoring system to choose the appropriate practitioner. Appointment of the successful applicant will be based on the information supplied within the tender. Please refer to the Selection Criteria and Scoring Guidelines Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £43,000

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

Start date

1 November 2021

End date

31 October 2022

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

20R19P03952


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

Selection criteria as stated in the procurement documents

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

Architects Services (Potential Suppliers must hold Chartered status of the Royal Institute of British Architects (RIBA) or equivalent)

three.2.2) Contract performance conditions

As stated in the procurement documents

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

Date

22 October 2021

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

(MT Ref:224061)

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