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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
Trust - Charity and Company Ltd by Guarantee |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 authorityDesign 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 contract12 |
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
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeThe 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 completion11 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate58 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|