Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Lead Consultant in relation to the development of Cranford Park
II.1.2)Main CPV code45000000
II.1.3)Type of contractWorks
II.1.4)Short description:
The London Borough of Hillingdon (Hillingdon) is seeking to appoint a Lead Consultant to deliver the development project at Cranford Park, which is a Heritage Lottery Funded project.
The consultant is required to lead on the developmental work necessary, with responsibility for co-ordinating the input of all the necessary specialists to undertake the required services as detailed within the Procurement Documents.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71220000
II.2.3)Place of performanceNUTS code: UK
NUTS code: UKI74
Main site or place of performance:
Cranford Park, Cranford, Middlesex, TW5 9RZ.
II.2.4)Description of the procurement:
The London Borough of Hillingdon (Hillingdon) is seeking to appoint a Lead Consultant to deliver the development project at Cranford Park, which is a Heritage Lottery Funded project.
The consultant is required to lead on the developmental work necessary, with responsibility for co-ordinating the input of all the necessary specialists to undertake the required services as detailed within the Procurement Documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The initial contract will be for delivery up until RIBA Plan of Work Stage 3.
Hillingdon has the right to award a subsequent contract beyond RIBA Plan of Work Stage 3, as per the Procurement Documents.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete the SQ (Selection Questionnaire) in accordance with the provisions the Public Contracts Regulations 2015.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/04/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/04/2018
Local time: 12:00
Information about authorised persons and opening procedure:
Details as per the Procurement Documents.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
VI.4)Procedures for review
VI.4.1)Review bodyThe High Court of England and Wales
The Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:15/03/2018