Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Design services for the restoration of Hay Castle

  • First published: 24 September 2014
  • Last modified: 13 October 2014

Contents

Summary

OCID:
ocds-kuma6s-015373
Published by:
Hay Castle Trust Ltd
Authority ID:
AA32091
Publication date:
24 September 2014
Deadline date:
27 October 2014
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Hay Castle is sited in the heart of Hay-on-Wye within the Brecon Beacons National Park and was acquired by the Trust in 2011. The site incorporates a Scheduled Ancient Monument, a Grade 1 listed building and Grade 2 buildings, structures and extensions. The project is focused on revitalising and preserving the Castle and creating an economically and culturally vibrant centre for arts and education that will complement and support the market town of Hay-on-Wye and its environs, drawing visitors from around the world. Hay Castle Trust is seeking to procure the services of specialist consultants to take the project through development phase to RIBA work stages 2 and 3 (formerly RIBA D) and appropriate consents and subject to successful funding bids through to delivery to practical completion RIBA work stages 3-7. The overall project construction cost is in the region of 2 500 000 to 4 000 000 GBP and the project will commence with a development phase in January 2015 completing in November 2015 with an expected delivery phase commencing in May 2016 and a start on site in October 2016. The works involved includes major structural repairs, specialist conservation, consolidation, contemporary design and extension and alterations and adaptations to the castle buildings to bring them back into sustainable use. The appointment of Architect Led Design Team is to be let in one lot. CPV: 45212350, 71200000, 71250000, 71221000, 71251000, 71248000, 71320000, 71310000, 71321000, 79417000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Hay Castle Trust Ltd

Hay Castle, Hay-on-Wye

Hereford

HR3 5DG

UK

Nancy Lavin Albert

+44 1497820079

haycastletrust@gmail.com


http://www.haycastletrust.com

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA32091

www.sell2wales.gov.uk
Unchecked box
Checked box
Unchecked box
Checked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Trust - Charity and Company Ltd by Guarantee
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Conservation and restoration of Hay Castle and its envrionment.
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Design services for the restoration of Hay Castle

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Main site or location of works, place of delivery or performance

Hay Castle, Hay-on-Wye



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Hay Castle is sited in the heart of Hay-on-Wye within the Brecon Beacons National Park and was acquired by the Trust in 2011. The site incorporates a Scheduled Ancient Monument, a Grade 1 listed building and Grade 2 buildings, structures and extensions. The project is focused on revitalising and preserving the Castle and creating an economically and culturally vibrant centre for arts and education that will complement and support the market town of Hay-on-Wye and its environs, drawing visitors from around the world.

Hay Castle Trust is seeking to procure the services of specialist consultants to take the project through development phase to RIBA work stages 2 and 3 (formerly RIBA D) and appropriate consents and subject to successful funding bids through to delivery to practical completion RIBA work stages 3-7. The overall project construction cost is in the region of 2 500 000 to 4 000 000 GBP and the project will commence with a development phase in January 2015 completing in November 2015 with an expected delivery phase commencing in May 2016 and a start on site in October 2016. The works involved includes major structural repairs, specialist conservation, consolidation, contemporary design and extension and alterations and adaptations to the castle buildings to bring them back into sustainable use. The appointment of Architect Led Design Team is to be let in one lot.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=15373.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

II.1.6)

Common Procurement Vocabulary (CPV)

45212350
71200000
71250000
71221000
71251000
71248000
71320000
71310000
71321000
79417000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The appointed Consultants will advance the project through the development phase to RIBA work stages 2 and 3 (formerly RIBA D) and appropriate consents and subject to successful funding bids through to delivery to practical completion RIBA work stages 3-7. The overall project construction cost is in the region of 2 500 000 to 4 000 000 GBP and the project will commence with a development phase in January 2015 completing in November 2015 with an expected delivery phase commencing in May 2016 and a start on site in October 2016. The conservation and construction phases include major structural repairs, specialist conservation, consolidation, contemporary design and extension and alterations and adaptations to the castle buildings to bring them back into sustainable use. The appointment of Architect Led Design Team led is to be let in one lot. The works will include major structural repairs and consolidation and internal and external fabric repairs, alterations and re-servicing. The team should include CDM-C. The contract will be awarded in two stages.

Stage 1 will be to deliver master plan proposals to RIBA work stage 2 and 3 (formerly RIBA D) and to support a 2nd round HLF bid application in December 2015

Stage 2 will be deliver master plan proposals from RIBA work stages 3-7

Stage 2 of the contract appointment will be conditional on the Trust securing the full delivery HLF grant and satisfactory performance of the Design Team during Stage 1. The second stage is expected to run until June 2018 with an additional twelve months defects and snagging period following.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

11

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

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 to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

58

Objective criteria for choosing the limited number of candidates

Stage 1 – Pre-Qualification Stage: All organisations responding to the contract notice will be given the opportunity to complete this PQQ, which shall be evaluated and a short list of Applicants will be invited to tender. It is intended that the shortlist will comprise a minimum of five and maximum of eight Applicants, who have met all mandatory requirements in parts A - K, and have scored highest in the evaluation in parts L and provided information requested in part M.

The weighted questions will be based on the answers provided in response to this Questionnaire. Responses to these questions will be scored as per the scoring matrix identified. The highest quality bid will be allocated the 100% weighting. All other bids will be scored on a prorated basis against the highest bid (e.g. tenderer’s quality divided by the highest bid quality multiplied by the 100% weighting).

A maximum of eight of the highest scoring Applicants will then be selected for the short list based on the Evaluation Panel’s assessment. Should any additional bidder’s score be equal to two or more bidders then all bidders of equal lowest quality will progress onto the short list.

The scores awarded for the Pre-Qualification Questionnaire will not be used in the subsequent selection process. The contract will be awarded on the basis of the Most Economically Advantageous Tender.

All Applicants who are not selected for the short list will be notified and given the opportunity for feedback.

Stage 2 – Tender Stage: Tender documentation will be issued to the shortlisted Applicants. The Selection Panel will consider the respective submissions when balancing the quality/price and selecting the best overall value for money. The weightings given to the submissions in respect of quality and price will be in the ratio of 70/30 (quality/price). The Trust will wish to hold clarification interviews with the prospective applicants.

If the Applicant's "quality" score (the score awarded for the Invitation to Tender) meets or exceeds a minimum quality threshold of 60%, the Tender pricing document shall be opened and scored. If the Applicant's "quality" score fails to meet the threshold score of 60% the application shall not be considered further and the Tender pricing document will remain unopened.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 14-10-2014

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 27-10-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 03-11-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:15373)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Hay Castle Trust

Hay Castle

Hay-on-Wye

HR3 5DG

UK

haycastletrust@gmail.com

+44 1497820079


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 24-09-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Hay Castle Trust Ltd

Hay Castle, Hay-on-Wye

Hereford

HR3 5DG

UK

Nancy Lavin Albert

+44 1497820079

haycastletrust@gmail.com

http://www.haycastletrust.com

II)

Address and contact points from which specifications and additional documentation may be obtained



Hay Castle Trust Ltd

Hay Castle, Hay-on-Wye

Hereford

HR3 5DG

UK


+44 1497820079

haycastletrust@g.mail.com

http://www.haycastletrust.com

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71221000 Architectural services for buildings Architectural design services
71250000 Architectural, engineering and surveying services Architectural and related services
45212350 Buildings of particular historical or architectural interest Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
71310000 Consultative engineering and construction services Engineering services
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
79417000 Safety consultancy services Business and management consultancy services
71248000 Supervision of project and documentation Architectural, engineering and planning services

Delivery locations

ID Description
1024 Powys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
24 September 2014
Deadline date:
27 October 2014 00:00
Notice type:
Contract Notice
Authority name:
Hay Castle Trust Ltd
Publication date:
13 October 2014
Notice type:
Additional Information
Authority name:
Hay Castle Trust Ltd
Publication date:
12 January 2015
Notice type:
Contract Award Notice
Authority name:
Hay Castle Trust Ltd

About the buyer

Main contact:
haycastletrust@gmail.com
Admin contact:
haycastletrust@g.mail.com
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
01/10/2014 11:00
REPLACED FILE: Hay Castle Trust PQQ
Hay Castle Trust Pre-Qualifying Questionnaire
13/10/2014 15:32
Submission Deadline/Application Deadline Date(s) Changed
The Deadline date was changed from 27/10/2014 12:00 to 27/10/2014 12:00.

The Application Deadline date was changed from 14/10/2014 to 27/10/2014.

The change was made to extend the date by which applicants may register interest.
21/10/2014 20:15
REPLACED FILE: Hay Castle Trust PQQ
Hay Castle Trust Pre-Qualifying Questionnaire 21 October 2014
21/10/2014 20:22
Hay Castle Trust Pre-Qualifying Questionnaire 21 October 2014
The PQQ was amended to correct an error in section B ‘Criminal Convictions and Business Probity’. The instructions within this section incorrectly stated that a ‘Yes’ answer to questions B1 to B8 would result in a fail. The instructions should state that PQQ responses will result in a fail if the respondent answers ‘Yes' to any of the following questions with the exception of B8. The criteria remains the same for questions B1 to B7. If you have already submitted your PQQ prior to the issue of this amendment, this will not adversely affect the pass/fail element of the section.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx552.69 KB
This file may not be accessible.

Replaced documents


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.