Construction Contract Leads
East of England
Category Services
Type
No. of Lots 4
Status Active
Published 14th Feb 2024
Reference | ocds-h6vhtk-043a3d |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Open procedure |
Value | - |
East of England
Category Services
Type
No. of Lots 4
Status Active
Published 14th Feb 2024
Reference | ocds-h6vhtk-043a3d |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
NORFOLK COUNTY COUNCIL
Martineau Lane
NORWICH
NR12DH
Contact
Che Metcalf
sourcingteam [at] norfolk.gov.uk
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/norfolkcc/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/norfolkcc/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/norfolkcc/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Technical Advisors for the Future Ready Buildings Programme
Reference number
NCCT42868
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
Norfolk County Council requires four technical advisors (2 MEP and another 2 Architectural) to provide oversight, client side, of main contractor designs as part of the Councils Future Ready Buildings programme that will provide a low carbon, fit for use estate.
A main contractor has been appointed at the beginning of RIBA Stage 2, on a two-stage design and build basis to progress the designs up to the end of Stage 4 and subsequently to carry out the works. There will be no client-side multi-disciplinary design team who ordinarily under a design and build contract would have completed RIBA stages 1-3 performance specifications.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Technical Advisor for Architectural Services Package 1 and 4
Lot No
1a
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
Main site or place of performance
Norfolk
II.2.4) Description of the procurement
Norfolk County Council is seeking to appoint an Architectural Technical Advisor covering packages 1 and 4 of the Future Ready Buildings programme. Package 1 covers Hubs, Museums and Offices. Package 4 covers Libraries.
The appointed technical advisors will work alongside the main contractor in the first instance to validate the stage 1 reports and proposed interventions, to secondly agree design and performance criteria for progression through the next RIBA design stages, thirdly to then ensure that those agreed criteria are not lost as the design progresses, and finally to review and comment on the contractor's designs.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Technical Advisor for Architectural Services Package 2 and 3
Lot No
1b
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
Main site or place of performance
Norfolk
II.2.4) Description of the procurement
Norfolk County Council is seeking to appoint an Architectural Technical Advisor covering packages 2 and 3 of the Future Ready Buildings programme. Package 2 covers Residential buildings. Package 3 covers Fire Stations.
The appointed technical advisors will work alongside the main contractor in the first instance to validate the stage 1 reports and proposed interventions, to secondly agree design and performance criteria for progression through the next RIBA design stages, thirdly to then ensure that those agreed criteria are not lost as the design progresses, and finally to review and comment on the contractor's designs.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Technical Advisor for MEP Services Package 1 and 4
Lot No
2a
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
Main site or place of performance
Norfolk
II.2.4) Description of the procurement
Norfolk County Council is seeking to appoint a MEP Technical Advisor covering packages 1 and 4 of the Future Ready Buildings programme. Package 1 covers Hubs, Museums and Offices. Package 4 covers Libraries.
The appointed technical advisors will work alongside the main contractor in the first instance to validate the stage 1 reports and proposed interventions, to secondly agree design and performance criteria for progression through the next RIBA design stages, thirdly to then ensure that those agreed criteria are not lost as the design progresses, and finally to review and comment on the contractor's designs.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Technical Advisor for MEP Services Package 2 and 3
Lot No
2b
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
Main site or place of performance
Norfolk
II.2.4) Description of the procurement
Norfolk County Council is seeking to appoint a MEP Technical Advisor covering packages 2 and 3 of the Future Ready Buildings Programme. Package 2 covers Residential buildings. Package 3 covers Fire Stations.
The appointed technical advisors will work alongside the main contractor in the first instance to validate the stage 1 reports and proposed interventions, to secondly agree design and performance criteria for progression through the next RIBA design stages, thirdly to then ensure that those agreed criteria are not lost as the design progresses, and finally to review and comment on the contractor's designs.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
12 March 2024
Local time
11:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.2.7) Conditions for opening of tenders
Date
12 March 2024
Local time
11:01am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Please note that any service providers who will be subcontractors to the appointed main contractor for the Future Ready Buildings Programme will not be able to bid for these contracts.
Applicants should note that there is no guarantee as to the minimum value of contracts awarded via this tender.
Applicants may bid for the following Sub-Lot combinations: Sub-Lot 1a and Sub-Lot 1b or; Sub-Lot 2a and Sub-Lot 2b or; Sub-Lot 1a and 1b AND Sub-Lot 2a and 2b. Bids will not be accepted for single sub-lots e.g. Sub-lot 1a only.
Although applicants may bid for any of the combinations of Sub-Lots stated above, for reasons of resilience we will not appoint a single consultant to both Sub-Lot 1a and Sub-Lot 1b, and similarly we will not appoint a single consultant to both for Sub-Lot 2a and Sub-Lot 2b. Applicants bidding for both Sub-Lot 1a and Sub-Lot1b will be asked to state their preference of which Sub-Lot (1a or 1b) they wish to be appointed to. Likewise for Sub-Lot 2a and 2b. Further details are given in the ITT.
Applicants should not bid for both Sub-Lot 1a and 1b, or both Sub-Lot 2a and 2b, if they are unwilling to accept being appointed for their second preference. The same consultant may be appointed for both Sub-Lot 1(a or b) and Sub-Lot 2(a or b).
In addition to these Future Ready Buildings works, there will also be additional construction related projects at some sites to be included in the programme. The appointed advisors may also be asked to carry out roles for these additional project works.
This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support [at] in-tend.co.uk.
VI.4) Procedures for review
VI.4.1) Review body
Norfolk County Council
Norwich
Country
United Kingdom