https://www.baunetz.de/wettbewerbe/Sanierung_und_Erweiterung_eines_Universitaetsgebaeudes_102688.html

Vollständiger Bekanntmachungstext im EU-Amtsblatt

UK-Edinburgh: architectural design services

2004/S 198-169142

CONTRACT NOTICE

Services
This contract is covered by the Government Procurement Agreement (GPA): Yes.

SECTION I: CONTRACTING AUTHORITY

I.1) Official name and address of the contracting authority:
The University of Edinburgh, Att: George Sked, 13 Infirmary Street, UK-Edinburgh EH1 1LT . Tel.: 0131 650 8063 . Fax: 0131 650 8010. E-mail: George.Sked@ed.ac.uk. URL: www.pps.ed.ac.uk.
I.2) Address from which further information can be obtained:
As in I.1.
I.3) Address from which documentation may be obtained:
As in I.1.
I.4) Address to which tenders/requests to participate must be sent:
As in I.1.
I.5) Type of contracting authority:
Other.

SECTION II: OBJECT OF THE CONTRACT

II.1) Description
II.1.1) Type of works contract:
II.1.2) Type of supplies contract:
II.1.3) Type of service contract
Service category: 12.
II.1.4) Framework agreement:
No.
II.1.5) Title attributed to the contract by the contracting authority:
UK-Edinburgh: ec/0235/appdesign.
II.1.6) Description/object of the contract:
Design Team - Architectural, Structural, Mechanical/Electrical and Services Engineer. Design consultancy for the provision of the phased refurbishment, remodelling, extension and external works of an existing occupied building containing a mixture of teaching, research, academic, corporate/central and administrative accommodation. The design works are to be consistent with the University Estate Central Area Masterplan Framework. The proposed works will be phased in both design and construction over a number of years with the programming of individual projects dependent on availability of a variety of funding sources. Architectural design services. Architectural services for buildings.
II.1.7) Site or location of works, place of delivery or performance:
Appleton Tower, University of Edinburgh, Crichton Street, Edinburgh, EH8 9LE.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV):
74222000, 74222100.
II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):
II.1.9) Division into lots:
No.
II.1.10) Will variants be accepted:
No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Phased programme of works relating to an existing building circa 10 000 m2 room area, each phase constituting an individual project albeit within an overall coordinated plan of works. The building will remain occupied throughout. Individual projects may range from a construction value of approximately 50 000 GBP to 10 000 000 GBP.
It must be noted that this tender is for work at Appleton Tower only.
II.2.2) Options. Description and time when they may be exercised:
Projects will be phased in line with the University Central Area Masterplan Framework and subject to availability of funding.
II.3) Duration of the contract or time limit for completion:
60 months from the award of the contract.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The University of Edinburgh can now accept payments for Tender documents electronically. Please go to the following URL for more information: http://www.finance.ed.ac.uk/ePayment/erafrontpage.htm.
III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:
III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:
Joint and several liability.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.1.1) Legal position – means of proof required:
Certificate of enrolment on the professional or trade register under the conditions laid down by the laws of the Member State in which he is established, for instance on the Register of Companies in the United Kingdom and Ireland or declaration on oath or solemn declaration.
III.2.1.2) Economic and financial capacity – means of proof required:
(a) appropriate statements from bankers;
(b) the submission of the firm's balance sheets or extracts there from, where publication of a balance sheet is required under company law in the country in which the supplier is established;
(c) a statement of the firm's overall turnover and its turnover in respect of the goods to which the contract relates for the previous three financial years.
III.2.1.3) Technical capacity – means of proof required:
(a) a list of the principal deliveries effected in the past three years, with the sums, dates and recipients, public or private, involved: in the case of public contracting authorities, evidence to be in the form of certificates issued or countersigned by the competent authority; in the case of private purchasers, delivery to be certified by the purchaser or, failing this, simply declared by the supplier to have been effected;
(b) a description of the firm's technical facilities, its measures for ensuring quality and its study and research facilities;
(c) indication of the technicians or technical bodies involved, whether or not belonging directly to the supplier's firm, especially those responsible for quality control;
(d) samples, description and/or photographs of the products to be supplied, the authenticity of which must be certified if the contracting authority so requests;
(e) certificates drawn up by official quality control institutes or agencies of recognized competence attesting conformity to certain specifications or standards of products clearly identified by references to specifications or standards;
Indication of arrangements for quality checks on the supplier's premises.
The University of Edinburgh can now accept payments for Tender documents electronically. Please go to the following URL for more information: http://www.finance.ed.ac.uk/ePayment/erafrontpage.htm.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
Yes.
All proposed staff must be appropriately professionally qualified for their respective professions.
III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:
Yes.

SECTION IV: PROCEDURE

IV.1) Type of procedure:
Restricted.
IV.1.1) Candidates already selected:
IV.1.2) Justification for the choice of accelerated procedure:
IV.1.3) Previous publication concerning the same contract
IV.1.3.1) Prior information notice concerning the same contract:
IV.1.3.2) Other previous publications:
IV.1.4) Envisaged number of suppliers which will be invited to tender:
Minimum: 5 - Maximum: 6.
IV.2) Award criteria:
The most economically advantageous tender in terms of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting authority:
EC/0235/APPDESIGN.
IV.3.2) Conditions for obtaining contract document and additional documents:
Obtainable until: 10.11.2004.
Price: 75 GBP.
Terms and method of payment: A 75 GBP administration fee is payable for the documentation. This tender will be carried out using the University's e-tendering system.
The University of Edinburgh can now accept payments for Tender documents electronically. Please go to the following URL for more information: http://www.finance.ed.ac.uk/ePayment/erafrontpage.htm.
IV.3.3) Time-limit for receipt of tenders or requests to participate:
12.11.2004. Time: 12:00.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 13.12.2004.
IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:
English.
IV.3.6) Minimum time frame during which the tenderer must maintain its tender:
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders:
IV.3.7.2) Date, time and place:

SECTION VI: OTHER INFORMATION

VI.1) Non-mandatory notice:
VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information:
A 75 GBP administration fee is payable for the documentation. This tender will be carried out using the University's e-tendering system. Completed PQQ's must be returned by 12:00hrs on 12th November 2004.
GO reference: GO 04100624/01.
VI.5) Date of dispatch of this notice:
6.10.2004