Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Salford City College
Dronfield Road
Salford
M6 7FR
UK
Telephone: +44 1616315000
E-mail: suzanne.west@salfordcc.ac.uk
NUTS: UKD3
Internet address(es)
Main address: www.salfordcc.ac.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26227
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.salfordcc.ac.uk/capitalprojectprocurement/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multi Disciplinary Project Team Services - Salford City College Capital Programme
Reference number: SCC01
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
To provide multi disciplinary project team services in support of the Salford City College's capital programme, including DFE FE Capital Transformation Funded works.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD3
Main site or place of performance:
Various sites with the Salford City College campus, including the City Skills Centre, Pendleton Sixth Form and Worsley Campuses. Other buildings may be added as required.
II.2.4) Description of the procurement
To provide multi disciplinary project team services for DFE FE Capital Transformation Fund funded works and consultant services in support of the wider College capital programme.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality criteria to be assessed based on delivery team, procurement support, approach and methodology and case studies
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
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:
The appointed practice should hold a corporate membership of either the Royal Institution of Chartered Surveyors (RICS) or the Royal Institute of British Architects (RIBA).
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
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
The appointed consultancy who will responsible for providing multi disciplinary project team services, should hold corporate accreditation with either the Royal Institution of Chartered Surveyors (RICS) or Royal Institute of British Architects (RIBA).
III.2.2) Contract performance conditions
The successful consultancy will be appointed under a JCT Consultancy Agreement (2016).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/08/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
22/08/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
(MT Ref:226807)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
18/07/2022